Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
SOLICITATION NOTICE

V -- Waterborne Transportation Services

Notice Date
8/21/2013
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG84-13-Q-B11051
 
Archive Date
10/18/2013
 
Point of Contact
Emely Hagins, Phone: (510) 437-3057, Jing Liu, Phone: 5104373731
 
E-Mail Address
Emely.Hagins@uscg.mil, Jing.Liu@uscg.mil
(Emely.Hagins@uscg.mil, Jing.Liu@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security (DHS), United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Chief of Contracting Office for Base Support and Services, COB4 has a requirement for waterborne, round trip transportation of Coast Guard Sector San Francisco Boarding Teams (SBT) to and from various waterfront locations. The selected Contractor shall provide all necessary labor, equipment, facilities and supervision to safely embark and disembark Coast Guard Sea Marshals and on occasion Government personnel to and from large commercial merchant vessels, primarily ranging in sizes from 200 to 900 feet long. These vessels carry a wide variety of cargo including, but not limited to crude oil, automobiles, containerized cargo, dry cement, scrap steel, and hazardous liquids. The provided vessel shall also provide maneuvering close aboard, as required to move SBTs between the provided vessels and ship's accommodation ladders. The actual area of coverage is the San Francisco Bay and it's tributaries including waters extending up to 15 nautical miles offshore. Other transportation needs may include pick-up and drop-off to and from other vessels and/or waterfront facilities in the San Francisco Bay and tributaries. The most common areas/waterfront facilities visited currently include: San Francisco waterfront, Yerba Buena Island, and Naval Air Station Alameda as well as other locations within an area bounded by Oakland Outer/Inner Harbors up to Howard's Terminal to the east, South Hampton Shoal Channel to the north, and Anchorage 14/Hunter's Point to the south. The Contractor shall supply a minimum of two (2) vessels and crewmembers that comply with all applicable Federal, State, and COTP/ OCMI Regulations. This acquisition is unrestricted; the The applicable North American Industrial Classification Code (NAICS) is 483114, Coastal and Great Lakes Passenger Transportation. The Small Business size standard is 500 employees. The contract type is an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract (base with four one year option periods if exercised by the government) with Fixed Price (FFP) Task Orders. The Request for Quotation (RFQ) will be issued utilizing procedures in FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. The Coast Guard intends on making a single award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The estimated performance period for the Base Year is 01 April 2014 through 31 March 2015, with four (4) priced and evaluated one-year options. Contractors who have an interest in and capabilities to provide the required services must respond in accordance with the Request for Quotation. Interested parties must be registered in the Central Contractor Registry (CCR) database and must have an active and complete registration status prior to award, during performance and through final payment of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the CCR database will make a contractor ineligible for award. Contractors may obtain information on registration via the internet at www.ccr.gov or by calling (888) 227-2423. It is anticipated that the solicitation will be issued on or about 05 September 2013 with an anticipated due date for proposals of 03 October 2013. All interested small business firms are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The RFQ, all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. Telephone, written, and E-mail requests for paper copies of the solicitation package or amendments will not be accepted, the solicitation must be extracted from the www.fbo.gov web site. Questions may be directed to the contract specialist via e-mail at emely.hagins@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-13-Q-B11051/listing.html)
 
Place of Performance
Address: San Francisco Bay Area and it’s tributaries including waters extending up to 15 nautical miles offshore, United States
 
Record
SN03157573-W 20130823/130822000138-cc7105b121a930b850b963bb080199f2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.