Inactive
Notice ID:70Z0G119SPFA01700
USCG ACADEMY, NEW LONDON, CT SOURCES SOUGHT # 70Z0G119SPFA01700 REPLACE ROOF SHOP BUILDINGS SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PR...
USCG ACADEMY, NEW LONDON, CT SOURCES SOUGHT # 70Z0G119SPFA01700 REPLACE ROOF SHOP BUILDINGS 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 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 $15.0 Million. The estimated value of the procurement is between $250,000 and $500,000. 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 to completely remove and replace three (3) areas of existing roofing, insulation, wall flashing, edge flashing, gutters and downspouts, etc. on the Shop Buildings at the USCG Academy, New London, CT. Work shall include but not limited to the following: Abatement: Some locations of the original roof mastic (bottom layer next to plywood) where noted contain asbestos and shall be removed and properly disposed of by a licensed asbestos abatement contractor. This appears to be spot residue from previous roof removal projects. The existing insulation and membrane roof do not contain asbestos. The existing paint is assumed to be lead based due to the age of the building. Follow all lead safety precautions and regulations when cutting, sanding, etc. any painted surfaces containing lead. Lead abatement is not part of the project, except as noted on drawings. Removal: Protect existing building components, landscaping, etc. that are to remain from damage. Remove, salvage, and recycle metal flashing, miscellaneous metal, etc. recycle as noted in documents and provide credit to the Government. Completely remove existing membrane roof system, insulation, flashing, etc. down to the wood deck. The existing roof membrane does not contain asbestos. Some roof mastic contains asbestos where noted. Remove and recycle, or properly dispose of, all construction debris. Installation: Patch and repair plywood decks as required for installation of new roof system. Extent of any patching and repair of roof decks will be determined by inspection after deck is exposed and will be addressed by change order at that time. Provide a membrane roof system, including fully adhered vapor barrier, polyisocyanurate insulation, tapered insulation board, high density cover board, EPDM membrane, flashing, etc. Provide new wood blocking, EPDM flashing at walls, pipe penetrations, etc., metal flashing, and all required accessories for a complete and watertight roof system. Provide new metal edge flashing as noted on drawings. Remove and replace siding, to match existing, as required to replace wall flashing with membrane flashing. Remove and replace existing gutters and downspouts. Period of Performance: Award is anticipated to be made in late July 2019. The period of performance is sixteen (16) weeks. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Joyce.M.Overton@uscg.mil with "Sources Sought Notice 70Z0G119SPFA01700" 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 20 May 2019. All of the above must be submitted in sufficient d