SOURCES SOUGHT
U -- Training Vessel Support Air Station Atlantic City
- Notice Date
- 9/1/2015
- Notice Type
- Sources Sought
- NAICS
- 488390
— Other Support Activities for Water Transportation
- 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
- HSCG84-16-Q-BB1093
- Archive Date
- 9/1/2016
- Point of Contact
- Rebecca A. Brown, Phone: 7576284490
- E-Mail Address
-
rebecca.a.brown@uscg.mil
(rebecca.a.brown@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the U.S. Coast Guard Shore Infrastructure Logistics Center, Norfolk, VA to identify sources capable of providing all labor, materials, equipment, and personnel necessary to support USCG Air Station Atlantic City's (ASAC) unit-specific aviation training program. ASAC is located at the FAA Technical Center in Egg Harbor Township, NJ, but all work will be completed in the general vicinity of Atlantic City. The contractor will be responsible for providing and operating a vessel in support of the U.S. Coast Guard's unit specific aviation training program. As such, the contractor shall provide a vessel and all necessary management supervision, personnel, labor materials, fuel and equipment required for supporting helicopter crew hoists, rescue swimmer operations, use of force judgmental training, and any aerial delivered material used to fulfill Air Station Atlantic City's training requirements. THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Coast Guard anticipates soliciting and awarding a contract for a base plus four option years, if exercised by the Government, beginning upon award. The vessel shall be no smaller than 38 feet and no greater than 50 feet in length. The vessel must have a beam of no less than 11 feet and no greater than 16 feet. Mast must have no permanent structures protruding higher than 25 feet above the water line which cannot be quickly stowed or folded (e.g. antennas) prior to commencing operations. Gross vessel weight shall be 10 tons minimum. Must be capable of maintaining at least 10 knots transit speed for minimum of 3 hours; 15 knots for 3 hours is desired. Vessel must be capable of maintaining a heading of + / - 10 degrees at a speed of between 5-10 knots for a period of 1 hour while operating under a large helicopter producing an average peak velocity of 90 knots of rotor downwash in varying sea states and winds depending on site. An extremely shallow draft vessel is undesirable due to drift characteristics when subjected to rotor downwash; draft shall be at a minimum of 4 feet. The minimum deck area should be at least 64 sq. ft on the aft fantail portion of the vessel to allow a minimum of two crew members to safely conduct hoist operations with a basket lowered from the helicopter. Deck area must be free of all obstructions. A solicitation will be issued shortly and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. The applicable NAICS Code is 488390 (Other Support Services for Water Transportation) with a size standard of $38.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, https://www.sba.gov/content/small-business-size-regulations Any interested firm capable of providing these services is requested to respond via e-mail to rebecca.a.brown@uscg.mil no later than 12:00 p.m., 15 September 2015 with the following documentation: Name of Company and Address, Point of Contact and Phone number, business size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business) In addition, past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the Internet at www.sam.gov or by calling 1-866-606-8220. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-16-Q-BB1093/listing.html)
- Place of Performance
- Address: Egg Harbor Township, New Jersey, 08234, United States
- Zip Code: 08234
- Zip Code: 08234
- Record
- SN03866120-W 20150903/150902000055-65a275d8f6cd6e1016956c38c59eaa8e (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 |