Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08219BPACP3600
THIS REQUIREMENT WILL NO LONGER BE POSTED ON FEDBIZOPPS. THIS REQUIREMENT IS CURRENTLY BEING COMPETED UNDER A REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DISTRICT 7 OF THE U.S. COAST GUARD. ****...
THIS REQUIREMENT WILL NO LONGER BE POSTED ON FEDBIZOPPS. THIS REQUIREMENT IS CURRENTLY BEING COMPETED UNDER A REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DISTRICT 7 OF THE U.S. COAST GUARD. ******************************************************** PRE-SOLICITATION NOTICE: THIS PROJECT IS BEING SET ASIDE FOR TOTAL SMALL BUSINESS CONCERNS. ******************************************************** SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: 70Z08219BPACP3600 REPLACE CHILLER AND PUMPS AT U.S. COAST GUARD SECTOR KEY WEST, FLORIDA The work includes furnishing all labor, supervision, equipment, materials, and tools to perform tasks, but not limited to the following: provide temporary 50-ton chiller and pump during duration of demolition and construction; connect to existing chilled water electrical, and utility systems; provide temporary cooling to include all maintenance, transportation, pipes, electrical cable, and connections for a fully functional replacement chiller; temporary chiller shall be removed from USCG property after installation of new chiller; demolish existing 50-ton water-cooled chiller, chilled water pump, and accessories, without interfering with the "STANDBY" (temporary) chiller system operations; provide two new 30-ton nominal capacity water-cooled chillers with valves and accessories; provide two new vertical inline pumps with valves and the accessories; provide new electrical components to support modifications to existing systems; provide new air separator, expansion tank, backflow prevent for makeup water and accessories; backflow preventer shall be replaced same day as demolished backflow preventer; provide water treatment for existing chilled water system; treatment shall include initial survey; provide factory start up and integrate new chiller with new pumps; and remediate LBP (lead based paint) and asbestos impacted by demolition & installation in accordance with survey provided (pending survey). The above list is not an all-inclusive list of all work. The performance period will be one-hundred nighty-six (196) calendar days. The estimated value of this procurement is between $250,000 and $500,000. The applicable North American Industry Class System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The small business size standard has an annual gross receipt of $15 million. Bid, Payment, and Performance Bonds are REQUIRED. The following are tentative dates for this project: Solicitation Issued: May 2019 Bid Opening: June 2019 Contract Performance Completion: January 2020 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for Women-Owned (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. At present, this acquisition is expected to be issued as a Small Business Set-Aside. However, in accordance with FAR 19.1303, FAR 19.1403, and FAR 19.1505, if your firm is HUBZone certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) and intends to submit an offer for this acquisition, please respond via email to Gregory.Hodgson@uscg.mil with "Sources Sought 70Z08219BPACP3600 Replace Chiller and Pumps at USCG Sector Key West, Florida" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response MUST include the following: (a) a positive statement of intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying you are a certified small business designation; (c) evidence of experience with work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals; (e) business set-aside; (f) DUNS. Contractors are reminded that should this acquisition become a set aside concern, the following FAR Clauses will apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside; FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business. Responses are required no later than 10 April 2019 at 4:30 PM EST. All of the above MUST be submitted in sufficient detail for a decision to be made on a HUB Zone, Service-Disabled Veteran-Owned Small Business, or Economically Disadvantaged Women-Owned Small Business set aside.