SOLICITATION NOTICE
P -- Off Shore Debris Removal
- Notice Date
- 12/14/2012
- Notice Type
- Presolicitation
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-13-R-VYZ009
- Point of Contact
- Douglas Baskin, Phone: 7576284110, Jackie A Dickson, Phone: 757-628-4108
- E-Mail Address
-
douglas.baskin@uscg.mil, jackie.a.dickson@uscg.mil
(douglas.baskin@uscg.mil, jackie.a.dickson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: THIS SYNOPSIS IS FOR PLANNING PURPOSES ONLY AND DOES NOT CONSTITUE A SOLICIATION FOR PROPOSALS. Solicitation HSCG84-13-R-VYZ009 is being developed to perform labor, materials, equipment and any other items or services applicable or appropriate to remove and dispose of seven (07) offshore heavy debris targets, as well as any associated sub-surface attachments, parts, pieces, or cargo related to the described debris targets. All target items are located in the Gulf of Mexico within three (3) nautical miles of the shoreline of coastal Louisiana. Specific details will be included in the solicitation. The heavy debris wreckage was caused by Hurricanes Rita and Katrina. Disposal of removed debris shall be in accordance with (IAW) technical exhibit. Recycled material proceeds shall be documented IAW guidance in the Performance Work Statement (PWS). Vessel removal actions shall be conducted in a manner that minimizes impacts to natural resources. During salvage and removal operations, the contractor shall be capable of cleaning a "worst-case" spill of oily residues from the vessel, such as might be present when a vessel is demolished on-site. Additionally, vessel removal actions shall be coordinated with Federal and State natural resource trustees to minimize the impact to natural, historical or cultural resources. The contractor shall furnish all labor, supplies, material, equipment, transportation, supervision, permits and licenses necessary to perform the offshore heavy debris removal service requirements. The applicable NAICS Code is 488330 (Navigational Services to Shipping) with a size standard of $35.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA Small Business Size Regulation, http://sba.gov/regulations/121/. This solicitation is issued pursuant to FAR Part 12, Acquisition of Commercial Items. This will be a IDIQ firm-fixed price award. The utilization of local businesses is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (PL 106-390) 42 U.S.C 5150 (use of local firms and individuals Sec.307). All correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-13-R-VYZ009. The solicitation is anticipated to be posted on or about 4 January 2013. The closing date for this solicitation is anticipated to be on 24 January 2013, 4:00PM (EST). This requirement is 100% set-aside for Small Businesses and is also geographically restricted to local firms that reside in or primarily do business within the FEMA designated declared disaster areas/counties listed under Hurricanes Katrina and Rita. The declared disaster area counties can be located at http://www.fema.gov/news/disasters.fema. For this solicitation, this is the state of Louisiana. Offers will only be accepted from local firms residing in or primarily doing business in the geographically restricted area and who's offer include validated evidence which fulfill Stafford Act criteria for determining local area representation requirements. Contractors are encouraged to review FAR Clause 52.226-3 to determine disaster or emergency area representation requirements prior to submitting an offer. Interested parties must be registered in the Systems for Award Management (SAM). SAM can be obtained by accessing the Internet at https://www.sam.gov/portal/public/SAM/ or by calling 1-888-227-2423. All parties are encouraged to continually monitor the FedBizOpps.com website for any amendments to the solicitation. All questions concerning this requirement shall be submitted in writing to Douglas Baskin at douglas.baskin@uscg.mil with a copy to Jackie.a.dickson@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-13-R-VYZ009/listing.html)
- Place of Performance
- Address: Gulf of Mexico within three (3) nautical miles of the shoreline of coastal Louisiana. Specific details will be included in the solicitation., Louisiana, United States
- Record
- SN02949565-W 20121216/121214234621-124e83c918a4e7705e95daeac95e6eb1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |