Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOURCES SOUGHT

19 -- SPUD BARGE

Notice Date
3/9/2017
 
Notice Type
Sources Sought
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N64709-17-T-0035
 
Archive Date
4/8/2017
 
Point of Contact
Anthony Clark, Phone: 9125730224
 
E-Mail Address
anthony.clark@swflant.navy.mil
(anthony.clark@swflant.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: SPUD BARGE 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 are capable of satisfying the agency's requirements exist. (2) Determine if commercial items are 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 companies 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. NAVY, Strategic Weapons Systems Atlantic, Kings Bay, GA. to identify sources capable of providing the following: Spud Barges. Requirement: Two Spud Barges - The principal dimensions for the each barge is 30-feet wide, 110 feet long, and approximately 7 feet deep (12 inches below the waterline). The barges will be used as a floating dock for mooring vessels. The barges will not be self-propelled. The barge shall be of all-welded steel construction with a non-skid top, and shall be designed, built, and classified to American Bureau of Shipping rules for Steel Vessels on Rivers and Intercoastal Waterways. Maintenance and sustainment of the barge and systems shall be included in the lease. The vessel will include the following systems/features: Sewage Lift Station on each barge, internal SPUD wells, pilings manual (hydraulic not required), (8) 18 inch cleats 12 feet apart from center of cleat on each 110 foot side of the barge, in addition cleats on all corners for booming. Barges will require six 32 inch fenders (quick disconnect hardware) attached at the waterline on each 110 foot side. Barges will require a 440/220/120 marine power pedestals on each of the 110 foot side, potable water connections, lights. Safety lighting required on each barge. Barges will be placed in water depths of 41 feet with currents up to 4 knots. Brow with utility trays on each side. Anticipated Period of Performance: The period of performance is anticipated to be a Lease of 1 year plus 3 option years. The base year starts June 17, 2017 through June 16, 2018. (Subject to change at the discretion of the Government) NAICS Code/Size Standard: The applicable NAICS Code is 532411, Commerical Air, Rail, Water Transportation Equipment Rental and Leasing Performance Location: COMMANDING OFFICER, STRATEGIC WEPONS FACILITY ATLANTIC, 1150 USS LOS ANGELES ROAD, KINGS BAY, GA. 31547 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: anthony.clark@swflant.navy.mil or via fax to (912) 573-4274 Attn: Anthony Clark no later than 24 March 2017 at 3:00 PM, Eastern Time. **Please provide the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. 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. 4. 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). 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 appropriate for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided 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 my 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/DON/SSP/SSP/N64709-17-T-0035/listing.html)
 
Place of Performance
Address: COMMANDING OFFICER, SWFLANT, 1150 USS LOS ANGELES ROAD, KINGS BAY, Georgia, 31547, United States
Zip Code: 31547
 
Record
SN04429738-W 20170311/170309234638-41feee5892ef4578529d8fac53271c05 (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.