Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOURCES SOUGHT

S -- FACILITY MAINTENANCE SERVICES FOR THE CGC MACKINAW

Notice Date
3/10/2016
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
CGCMACKFACILITYMAIN
 
Point of Contact
Sandra A Martinez, Phone: (757) 628-4591
 
E-Mail Address
Sandra.A.Martinez@uscg.mil
(Sandra.A.Martinez@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: FACILITY MAINTENANCE FOR THE USCGC MACKINAW. This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) Determine if sources capable of satisfying the agency's requirements exists. (2) Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements. (3) Determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics Center, Norfolk, VA to identify sources capable of providing Facility Maintenance Services for the USCGC MACKINAW (WLBB 30). The contractor shall perform the following: Facility maintenance services shall consist of janitorial services, grounds maintenance, snow removal, refuse collection and general labor at the USCGC MACKINAW facility. The contractor shall furnish all labor, equipment, appliances, transportation, supervision, and materials, required to perform these services. On board the vessel USCGC MACKINAW all janitorial services shall be performed in the following areas: Common living spaces. The compartments include, CO's State Room, CO Cabinet, XO State Room, Senior Officers State Rooms (QTY4), Surge Berthing, Enlisted Berthing, Officer's Wardroom and Lounge, CPO State Room and Lounge, 1st Class Lounge, Enlisted Mess, and all interior passageways and ladders on the 2nd Deck, main deck, 01 Level, 02 Level, 03 Level, and 04 Level sanitary spaces. The compartments include all common washrooms and water closet spaces of the ship; there are six (06). Offices, shops and working spaces; these compartments include, Bridge, ECC & DC Central, IC/CCMPS Room, Laundry Room, Buoy deck Control Room, Armory, Exercise Room, Ship Store, Aton Shop, Clean Room, Shower Room, Buoy Deck Change Room, DC Shop, Engineering Log Office, Machine Shop, Electric Shop, Switch Board Room, Port and Starboard Transformer Rooms, Port and Starboard Transformer Rooms, Port and Starboard Propulsion Transformer Rooms, Supply Department Storage Room, Stores Breakout Area, Dry Provision Store Room, Radio Room, Elex/IC Shop, Ship's Training Room and all main traffic through Auxiliary Machinery Rooms, weather decks. This area is defined as all deck surfaces of the ship exposed to the weather up to a height of 12 feet, spanning from the main deck, up to and including the exterior of the Mast Deck. It includes all deck surfaces, the sides of the superstructure, and all equipment and deck fittings secured to the deck and superstructure (i.e, cranes, winches, A-Frames, capstans, davits, small boats, anchor windlass, bitts, chocks, padayes, liferails/stanchions, lifelines, etc. There shall be areas which restricted and when cleaning areas a crewmember shall be present. The contractor will be given 5 calendar days notice prior to the commencement of work on board the USCGC MACKINAW. The contractor shall also be responsible for janitorial services at the USCGC MACKINAW facility - there will be daily, weekly and monthly task required. The contractor shall provide grounds maintenance for 6.5 acres. The contractor shall provide grounds maintenance services which consist of (1) lawn maintenance, (2) edging, (3) trimming, (4) tree and shrub care, (5) leaf and debris removal. The snow removal services shall consist of snow removal and control of snow and ice from all entrances, parking areas, sidewalks, steps, ramps piers and other areas needed. Refuse collection, the Contractor to provide refuse collection and disposal of solid waste for Shore Facility located at 626 Coast Guard Drive, Cheboygan, Michigan to include the following collection areas: Millard D. Olds Memorial Mooring on Coast Guard Drive (North B Street). Housing complex (consisting of 27 housing units) on Black Thorne Drive and the Housing office and maintenance complex on Loomis Street. Anticipated Period of Performance: This acquisition shall be a requirements contract for One Base year and Four Option Years; if exercised. Orders for preservation maintenance shall be placed by delivery order when needed. Anticipated start date on or about 26 September 2016 through 25 September 2017 (Base Year). (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 561210. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information.**Companies may respond to this Sources Sought Notice via e-mail to: sandra.a.martinez@uscg.mil or via fax to (757) 628-4628 (Attn: Sandra Martinez/C&P2-IBCT) no later than 24 March 2016 at 10:00AM, Eastern Time. **Please provide the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern, HubZone Small Business Concern, Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) or a Small Business Concern. 4. Documentation Verifying Small Business Certification. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business as a Joint Venture or any other type of teaming agreement, they shall provide past performance on projects of similar scope that they have performed together as a Joint Venture. Providing individual past performance documentation from each company on separate projects where the two did not work together is not considered to be sufficient past performance. A Joint Venture that cannot provide this requested information will not be considered to have sufficient documentation needed to evaluate past performance as an evaluation factor. Interested parties should register in the System for Award Management (SAM) which replaced the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. After a review of the responses received from this notice, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/CGCMACKFACILITYMAIN/listing.html)
 
Place of Performance
Address: 627 COAST GUARD DRIVE, CHEBOYGAN, Michigan, 49721, United States
Zip Code: 49721
 
Record
SN04046894-W 20160312/160311000227-0f82be65c60d314d6154f33ca2706da1 (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.