Inactive
Notice ID:70Z0G1-19-S-REPLACE-ROOFS-CAPE-COD
USCG BASE CAPE COD, CAPE COD, MA SOURCES SOUGHT # 70Z0G1-19-S-REPLACE-ROOFS-CAPE-COD REPLACE ROOFS USCG BASE CAPE COD SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS...
USCG BASE CAPE COD, CAPE COD, MA SOURCES SOUGHT # 70Z0G1-19-S-REPLACE-ROOFS-CAPE-COD REPLACE ROOFS USCG BASE CAPE COD SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 238160 - Roofing Contractors, with a small business size standard of $15 Million. The estimated value of the procurement is between $1,000,000 and $3,000,000 (inclusive of options). Performance and/or Payment bonds will be required. The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work: The project scope includes all labor, materials, equipment, transportation, supervision and disposal required to Replace Roofs at USCG Base Cape Cod, Bourne, MA (Barnstable County). Base Bid: The base bid work for this project includes replacing 3 building roof systems on Base Cape Cod in Buzzards Bay, MA. Roofs to be replaced are buildings 3426, 3159, and 5215. Building 3426 includes the two adjoining building roofs 3425 and 3424. Building 3426 and adjoining buildings are a medium slopped shingle roof. Building 3159 and 5215 are flat top Modified Bitumen roofs. Repair of roof systems includes removal of existing system and installation of new physical barrier, moisture barrier, penetration flashings, masonry flashings, ventilation covers, fascia, gutters, drain covers, drip edges, and insulation based on roof types as indicated on plans. Contractor shall include 1000 square feet of plywood sheathing repair and provide square foot unit price for additional sheathing repair. Asphalt shingle roofs will be replaced with architectural shingle roof system. Modified Bitumen and single ply roof systems will be replaced with TPO roofing system approved by COR. Option Bid: Option bid items consist of 6 separate options for the replacement of 6 separate, but similar flat top family housing roofing systems. Repair of roof systems include removal of existing system and installation of new physical barrier, moisture barrier, penetration flashings, masonry flashings, ventilation covers, fascia, gutters, drip edges, and insulation as indicated here in. Flat top roofs will be replaced with TPO roofing system approved by COR. Option 1: 5420 Carpenter Avenue Option 2: 5419 Carpenter Avenue Option 3: 5416 Carpenter Avenue Option 4: 5395 Lindberg Avenue Option 5: 5359 Spaatz Street Option 6: 5372 Ogle Circle Special Instructions: Unit pricing required for plywood sheathing. Period of Performance: The period of performance for the base bid is 120 days. Each option adds 10 days. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to jean.m.bretz@uscg.mil and patricia.barnett@uscg.mil with "Sources Sought Notice 70Z0G1-19-S-REPLACE-ROOFS-CAPE-COD" in the subject line or by fax to (401) 736-1704. Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful work similar in scope and magnitude to the subject project to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 9 April 2019. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.