Emergency Environmental Remediation Services

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08423QDL920001

Basic Details

started - 02 Mar, 2023 (14 months ago)

Start Date

02 Mar, 2023 (14 months ago)
due - 17 Apr, 2023 (12 months ago)

Due Date

17 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
70Z08423QDL920001

Identifier

70Z08423QDL920001
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34384)US COAST GUARD (24480)DOL-9 (948)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

A00001 - CLOSING DATE CHANGED TO 4/17/2023 @4:00PM EST.Title: Emergency Environmental Remediation ServicesID: 70Z08423QDL920001Type: SSNResponse Date: 03/17/2023, 04:00PM ESTInactive: 15 daysSet Aside: left blankPSC: F112NAICS: 562910Place: USAContracting Office: 300 East Main Street, Norfolk, VA 23510Primary POC: Monica.B.Acosta@uscg.milSecondary POC: Jess.W.Leist@uscg.milDescription:The Coast Guard Director of Operational Logistics, Office of Procurement and Contracting, Contingency and Emergency Services Branch (DOL-92), Norfolk, VA is conducting market research to identify sources capable of providing emergency response services for the containment, cleanup, and/or mitigation of the harmful effects of oil spills and hazardous substance incidents on or in waters subject to the jurisdiction of the United States, within the areas of responsibility of all U.S.
Coast Guard Districts; the First, Fifth, Seventh, Eighth, Ninth, Eleventh, Thirteenth, Fourteenth and Seventeenth Coast Guard Districts. The primary area of coverage will encompass the entire United States and its territories, including but not limited to Puerto Rico, the Virgin Islands, Guam, the Mariana Islands, and American Samoa. Contractor(s) shall be required to provide all labor, materials, equipment, transportation and supervision necessary to perform services. The applicable North American Industrial Classification Systems (NAICS) is 562910 (Remediation Services) standard size value of $25.0 M.All Interested parties should provide responses to the contact representative below by email. Please provide your capability statement to include the following information:(1) Company name, address, point of contact, phone number and e-mail address; (2) Unique Entity Identifier (UEI) Number;(3) Company's Business Size for NAICS Code 562910, Remediation Services(4) A list of response equipment with detailed specifications (size, type, qty etc) that your company owns and copy of commercial price list (CPL);(5) A brief summary of your response personnel, including relevant education, experience and training;(6) Past performance information for the last three years for like or similar services with Federal, State, Local Government, or Private entities, including contract numbers, points of contact with telephone numbers and description of relevant service provided, and provide an explanation of past performance issues and any corrective actions taken (See attachment - Contractor Performance Assessment Report) (7) Primary geographic area of response (AOR), including ability to respond within 2-4 hours, and time frames provided as planning factors in the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program Guidelines. OSRO Classification Guidelines: https://homeport.uscg.mil/Lists/Content/DispForm.aspx?ID=55022&Source=/Lists/Content/DispForm.aspx?ID=5502 (8) Statement that your company is registered in the System for Award Management (SAM) or a statement acknowledging that your company will have to register in SAM if selected to be a BOA Contractor for the USCG (https://www.sam.gov ); and(9) Proof of vehicular liability insurance for bodily injury in the amounts of $200,000.00 per person and $500,000.00 per occurrence, and property damage of not less than $20,000.00 per occurrence. General Liability bodily limit not less than $50,000.00 per occurrence, and Property damage not less than $1,000,000.00 per occurrence. Proof of Workmen's Compensation Insurance (or its equivalent) and Marine Insurance covering liability which may be incurred under U.S. Longshoremen's and Harbor Worker's Compensation Act and the Jones Act. Acceptable proof shall be a certificate of insurance evidencing the insurance coverage in the minimum stated amounts or a signed letter of intent from an insurance company stating that, if your company is selected for a BOA, they shall provide insurance in the stated sums. Please provide sufficient detail for the Government to determine that the interested party is capable of meeting the requirements stated above.This is a sources sought synopsis only and does not constitute a solicitation announcement. This is not a request for proposals or quotes and in no way obligates the Government to award any contract. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. This sources sought notice has been issued to survey the market and assist the USCG in determining possible sources for consideration. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award.After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.Closing date and time for receipt of response is 03/17/2023 @ 4:00pm EST. E-mail responses are preferred and may be sent to Monica Acosta at Monica.B.Acosta@uscg.mil and Jess Leist at Jess.W.Leist@uscg.mil Please indicate “BOA Sources Sought Submittal” in the subject line.Responses that do not provide the requested information cannot be used to help the Government make the appropriate acquisition decisions. The USCG will not reimburse any costs incurred by interested parties that respond to this notice.Responses to this notice will not result in automatic distribution of any future solicitation for this requirement. If a solicitation is released, it will be published on SAM.gov website at http://www.sam.gov. Interested parties are responsible for monitoring the website for additional information pertaining to this potential requirement. Interested parties must respond to any future solicitation to be considered for award.

300 EAST MAIN STREET  NORFOLK , VA 23510  USALocation

Place Of Performance : 300 EAST MAIN STREET NORFOLK , VA 23510 USA

Country : United StatesState : Virginia

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 562910Remediation Services
pscCode F112Oil Spill Response including Cleanup, Removal, Disposal and Operational Support