Inactive
Notice ID:70Z0G119S-MAJOR_REPAIRS_ASCW
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 ANNOUCEMENT. No reimbursement will be made...
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 ANNOUCEMENT. 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, other Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction, with a small business size standard of $36.5 Million. The estimated value of the procurement is between $1,000,000 and $3,000,000. 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 for both exterior and interior repairs to several different buildings. Exterior repairs include removal and installation of new roofs at several buildings. The roof types vary between TPO, modified bituminous and standing seam metal roofs. The exterior work also includes repairs to insulation, repairs to vented soffits, repairs to gutters and downspouts, and various additional repairs to building façades. Work may also include mechanical and electrical repairs. The interior repairs include replacing water damaged and mold laden gypsum wall board. Interior repairs also include carpet and tile replacement. Work will be completed at Air Station Clearwater, Clearwater, FL. The performance period is estimated to be 365 days from issuance of Notice to Proceed. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to sean.e.waldron@uscg.mil with "Sources Sought Notice 70Z0G119S-MAJOR_REPAIRS_ASCW" 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 include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 08 March 2019. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside, however, limit responses to four (4) pages.