Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
MODIFICATION

Z -- CONCRETE FLOOR RESTORATION - Solicitation 1

Notice Date
8/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building, Room 212A, Cape May, New Jersey, 08204-5092
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-11-Q-QNEG80
 
Archive Date
9/28/2011
 
Point of Contact
Shirley L. Green,
 
E-Mail Address
shirley.l.green@uscg.mil
(shirley.l.green@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SF-1442 page 1-2 of solicitation QNEG80 Solic document - includes embedded doc files PRESOLICITATION NOTICE: PROJECT TITLE: CONCRETE FLOOR RESTORATION, GARAGE BUILDING #157 LOCATED AT THE U.S. COAST GUARD (USCG) TRAINING CENTER (TRACEN), CAPE MAY, CAPE MAY COUNTY, NEW JERSEY. GENERAL DESCRIPTION Major work items include but are not limited to: Contractor shall provide all materials, labor, equipment, tools, services, supervision and all operations necessary for the proper restoration of the existing concrete flooring located at the USCG TRACEN Cape May, Garage Building #157. The project work is to be completed in two phases so that the facility can remain functional at all times. Phase I shall consist of the battery and storage area and Bays #1 & #2. Phase II shall consist of Bays #3 & #4; All of the existing equipment and interferences will be moved and re-installed by U.S. Coast Guard personnel; Product selection shall meet, exceed or be equal to: Sherwin Williams Armor seal 1000HS, two component catalyzed polyamide coating formulated for demanding industrial requirements. (Part A, B67-200, Part B, B67V2002) Color: Deck Grey. Anti-slip aggregate is required; Surface Preparations: Surface to be properly mechanically cleaned using grinding and chemical methods to remove all existing painted surfaces, oils, dust, grease, dirt and other foreign material to ensure adequate adhesion of newly surface product; Following the standard methods listed when applicable: ASTM D4258 Standard Practice for Cleaning Concrete. ASTM D4259 Standard Practice for Abrading Concrete. ASTM D4260 Standard Practice for Etching Concrete; Mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. Estimated Period of Performance shall be 30 days after issuance of Notice to Proceed. This procurement is estimated below $25,000.00. The NAICS code for this procurement is 238390 with a size standard of $14.0 million. This procurement is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. All responsible sources may submit an offer that will be considered by the agency. All work shall be performed in accordance with USCG Statement of Work, drawings, provisions, clauses and the terms and conditions which will be provided when all Request for Quote (RFQ) solicitation document files become available for download on or after 19 AUGUST 2011 exclusively from the Internet by accessing the Federal Business Opportunities (FedBizOpps) website at: http://www.fbo.gov. If it does not appear on that date, please check back daily. The date set for receipt of offers is approximately 13 SEPTEMBER 2011. These dates are estimated and may change. NOTE: NO TELEPHONE, FACSIMILE, E-MAIL AND/OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS SHALL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Hard copies of the solicitation are not available. Interested parties are encouraged to register at the FedBizOpps website to be notified when information on this project becomes available. Any amendments issued to this solicitation will be posted solely to the FedBizOpps website. Contractors are required to register and maintain yearly updates to ensure active registration in the Central Contractor Registration (CCR) database. For information on CCR, access the website at: http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-11-Q-QNEG80/listing.html)
 
Place of Performance
Address: 1 Munro Avenue, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02542069-W 20110821/110819235536-6061b4e3fa417de5974e4251779132b5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.