Inactive
Notice ID:70Z08221BPMV22800
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO IDENTIFY INTERESTED CONTRACTORS AND DETERMINE THE SET-ASIDE THAT CAN SATISFY THE FOLLOWING REQUIREMENT. This project is to furnish all labor, mat...
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO IDENTIFY INTERESTED CONTRACTORS AND DETERMINE THE SET-ASIDE THAT CAN SATISFY THE FOLLOWING REQUIREMENT. This project is to furnish all labor, materials and equipment for maintenance repairs, alterations, improvements of the seawalls, travel lift pier and wharf’s at U.S. Coast Guard Sector St. Petersburg, FL. The performance period will be 365 calendar days. The estimated value of this procurement is between $1,000,000 and $4,000,000. The applicable North American Industry Class System (NAICS) 2012 code is 237990. The small business size standard is a three-year average annual gross receipt of $39.5 million. Bid, payment, and performance bonds are required. The following are tentative dates for this project: Solicitation issued: September 2021 Bid Opening: October 2021 Contract Performance Completion: July 2022 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://sam.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for Women-Owned Small Business (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.203, if your firm is Women-Owned Business (WSOB), HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to ada.m.hoggard@uscg.mil with “Sources Sought for Solicitation Number 70Z08221BPMV22800” in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a WOSB, HUBZone or SDVOSB set aside, the applicable FAR clause, will apply. Response is required by August 19, 2021. All of the above must be submitted in sufficient detail for a decision to be made on a small business program.