Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
SOURCES SOUGHT

J -- Hotel Pier Permanent Boom Maintenance, NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii

Notice Date
10/21/2014
 
Notice Type
Sources Sought
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247815R2435
 
Response Due
11/15/2014
 
Archive Date
11/16/2014
 
Point of Contact
J. Shimoda
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this sources sought notice is to identify potential offerors for Hotel Pier Permanent Boom Maintenance, NAVSUP Fleet Logistics Center, Pearl Harbor, Hawaii. The work includes, but is not limited to the following: the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform Hotel Pier Permanent Boom Maintenance, NAVSUP Fleet Logistic Center, Pearl Harbor, Hawaii by means of a firm-fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) contract. The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operation, maintenance and repair in support of permanent oil containment boom services. The Contractor shall provide inspection, cleaning, maintenance and repair services for permanently installed oil containment boom. The Contractor shall provide maintenance services to ensure the permanent boom availability and proper operation in the event of an oil spill. Inspection, cleaning and maintenance shall be done by methods which are in compliance with all applicable Federal, State, and local laws and regulations. If work is performed in the water and scuba diving services are used, it is expected that operations will normally be performed within 10 ™ of the surface (not expected to exceed 20 ™). If work is performed on land, no wash water, debris or other material removed from the boom shall be allowed to enter the storm drainage system, streams or harbor. If solvents or detergents are used, wash water shall not be allowed to soak into the ground and the wash area must be fully contained. All wash water and debris shall be disposed off-site in accordance with applicable laws and regulations. If solvents are not used, washing may be done on the ground. The Contractor shall remove all debris from the area and dispose off-site in accordance with all applicable laws and regulations. Testing of wash water and debris may be required by the Government. Replace boom after service to ensure proper operation. Maintenance shall include at the minimum: Tightening of any loose bolts and/or nuts Relocate piling U-bolts and chain as necessary if rips and or tears to piling jackets are visible Marine growth removal from floats, boom, Ubolts, eye bolts, carabineers, toggle pins and chains Replacement of any hardware showing obvious signs of electrolysis Remove U-bolt and replace or relocate as necessary if wearing or damaging piling During performance of work, Contractor may be required to temporarily suspend operations if an unscheduled vessel must come into port. Contractor shall resume work after the vessel leaves. The NAICS Code for this procurement is 488310 and the annual size standard is $38.5 Mil. Interested sources capable of providing the required services must respond by e-mail to julie.shimoda@navy.mil later than November 15, 2014. Interested sources shall indicate that they are capable of providing the required services and must indicate their size status (i.e., small business, 8(a), HUBZone, service disabled veteran owned small business (SDVOSB)). Provide Provide customer references for whom you have performed similar services within the past five years. Include the following: (1) Clients name (2) Point of contact (3) Point of contacts phone no. (4) Point of contacts email address (5) Contract Number (6) Delivery/Task Order Number (if applicable) (7) Contract Title (8) Location of Work (9) Award Date (10) Completion Date (11) Award Amount (12) Annual Amount (13) Final Price (14) Description of work performed (15) Work Performed as: Prime Contractor/Subcontractor/Joint Venture/Other (Explain) (16) Percent of project work performed NO OTHER INFORMATION IS REQUIRED AT THIS TIME. Based upon the responses received, the Government will determine the set-aside method for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247815R2435/listing.html)
 
Record
SN03554421-W 20141023/141021233930-fd89b50b414443c3a7f46817bb64aa36 (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.