Inactive
Notice ID:70Z08219BPMV09800
This is a modification to the sources sought 70Z08219BPMV9800. NAICS Code changed to 238220. The applicable North American Industry Class System (NAICS) 2017 code is 238220. The small business size st...
This is a modification to the sources sought 70Z08219BPMV9800. NAICS Code changed to 238220. The applicable North American Industry Class System (NAICS) 2017 code is 238220. The small business size standard has an annual gross receipt of $15 million. New Responses are required no later than 30 April 2019 at 2:00 PM EST. ********************************************************************* SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: 70Z08219BPMV09800 REPLACE AND TEST AIRCRAFT HANGAR BUILDING FIRE ALARM, DETECTIONS, & SUPPRESSION SYSTEMS AT USCG AIRSTA. NEW ORLEANS, LA The work includes furnishing all labor, supervision, equipment, materials, and tools to perform the following tasks as indicated below: Upgrade existing wet fire sprinkler design. Provide and test a new HEF (high expansion foam) system in hangar. Provide and test new pumps, tanks, hydrants, structure, foam generators and emergency power for required fire suppression equipment. Demolish a portion of the compressed air/mercury system. Provide new backflow preventer device to hangar facility. Provide and test new fire rated doors and fire rated penetrations. Provide and integrate new release panel into existing fire alarm and base notification system. Replace existing fire alarm panel and devices. Provide testing of new fire suppression and detection system. The performance period will be three hundred-fifty (350) calendar days. The estimated value of this procurement is between $1,000,000 and $5,000,000. The applicable North American Industry Class System (NAICS) 2017 code is 541990. 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: August 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 cheryl.a.berry@uscg.mil with "Sources Sought 70Z08219BPMV09800 FIRE SUPPRESSION SYSTEM USCG AIRSTA. NEW ORLEANS, LA" 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 52.219-30 Notice of Set-Aside for, or Sole Source Award to Women-Owned Small Business. Responses are required no later than 9 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 Women-Owned Small Business set aside.