SOURCES SOUGHT
Z -- COAST GUARD BOSTON LIGHT REPAIRS
- Notice Date
- 7/23/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, Rhode Island, 02886, United States
- ZIP Code
- 02886
- Solicitation Number
- HSCGG1-14-R-BOSTONLIGHT
- Archive Date
- 12/27/2013
- Point of Contact
- Jean M Bretz, Phone: (401)736-1765, David Feit, Phone: 401-736-1745
- E-Mail Address
-
JEAN.M.BRETZ@USCG.MIL, david.feit@uscg.mil
(JEAN.M.BRETZ@USCG.MIL, david.feit@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. The applicable North American Industry Classification System (NAICS) code is 236220, with a small business size standard of $33.5 million. The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel, equipment, and capability required to make repairs to the Boathouse, Oil House, Keepers Quarters (Station Bldg), Generator Bldg and Light House at the USCG Boston Light Station, Little Brewster Island, in Boston harbor, Boston, MA. Repairs include, but are not limited to, the following: BOATHOUSE: Remove existing wood shingle roofing, provide new wood shingle roofing, new copper flashing, exterior painting, and replace a damaged wood sash with a new single glazed wood sash. OIL HOUSE: Paint and repair the cupola, replace eave and rake trim with new flat trim and molding, and paint exterior. KEEPERS QTRS (Now STA BLDG): a. Remove existing wood shingle roofing and provide new wood shingle roofing and new copper flashing; b. Provide new copper flashing at the chimney; c. Remove existing roofing and siding at dormer, provide new wood shingle roofing, new siding, new flashing and new trim; d. Remove existing double hung, awning and basement windows, and provide new impact-resistant aluminum clad wood windows with simulated divided lites, with new trim and associated patching; e. Remove existing fixed wood sash at the enclosed porch, and provide new fixed wood sash with divided lites (Trim and carpentry work also required); f. Remove rusted post bases (10) at the ramp, and provide new stainless steel post bases, along with associated carpentry and concrete work; g. Repoint masonry at the basement walls and repair the foundation; h. Remove (2) existing doors/frames, and provide (2) new commercial grade flush fiberglass reinforced plastic doors, frames, and new stainless steel hardware; i. Paint Exterior; j. At the porch, replace 12 SF of tongue and groove panels and 16 LF of 2x3 framing; k. At the roof, replace 220 SF of 3/4" thick wood board decking. EM-GEN BLDG (Former Fog Signal Building): a. Remove existing wood shingle roofing and provide new wood shingle roofing; b. Repoint and rebuild existing brickwork and provide new granite lintels; c. Repair the foundation; d. Remove (3) existing double hung windows and provide new impact-resistant aluminum clad wood windows with simulated divided lites and new trim; e. At the gable, remove existing wood shingle siding and provide new wood shingle siding; f. Remove existing rake trim, wood gutters and molding, and provide new rake trim, wood gutters, moldings and trim; g. Provide new copper downspouts with transition sections and elbows; h. Remove a pair of existing doors, provide a pair of new commercial grade flush fiberglass reinforced plastic door with louvers, frame, and new stainless steel hardware; i. Exterior painting of masonry, doors, (1) window and trim; j. At the roof, replace 400 SF of 3/4" thick wood board decking. LIGHTHOUSE: a. Remove existing wood shingle roofing and provide new wood shingle roofing at the entry vestibule; b. Repoint the tower; c. Paint and make repairs at existing ironwork and metalwork, including the interior spiral stairway, ladders, doors, decks, windows, railings and the interior and exterior of the cupola; d. Recoat the tower with Thoroseal plaster. Project includes an Option Item for Repairs at the CISTERN BLDG to include removal of existing wood shingle roofing, providing new wood shingle roofing, a new copper gutter and new copper downspouts, carpentry repairs, replacing a section of existing sheathing and providing new wood shingle siding, and exterior painting. The CG is considering the use of Sole Source products/materials in order to comply with SHPO requirements for a historic structure/site and marine environment conditions. Products/materials include Marvin Windows (to meet SHPO requirements and hurricane/blast impact resistant); Cedar Breather (an underlayment product that allows for air circulation), Thoroseal (a waterproofing plaster product existing on the Light House) and Alaska Yellow Cedar for the shingles. It is anticipated that the Coast Guard will award a firm fixed price construction contract under a best-value procurement for this effort. The construction range is estimated to be between $500,000 and $1,000,000. Davis-Bacon wage rates are applicable. The performance time is currently anticipated to be approximately 4 months. Work is anticipated to begin in the Spring of 2014. IF YOUR FIRM IS INTERESTED IN THIS PROJECT AND INTENDS TO SUBMIT AN OFFER IN RESPONSE TO A SOLICITATION FOR THIS ACQUISITION, please respond by email to Jean.M.Bretz@uscg.mil with "Sources Sought for Solicitation HSCGG1-14-R-BOSTONLIGHT" in the subject line or by fax to (401) 736-1704. Interested firms MUST submit a Letter of Interest/Qualifications that include the following: (a) a positive statement of your intent to submit an offer for this solicitation as prime contractor (include your DUNS number) and your bonding capacity; (b) a statement identifying your certified small business designation; (c) evidence of successful past performance and relevant experience in making repairs to historic structures/sites, specifically experience in installing wood shingle roofs, repointing and rebuilding historic masonry, installing impact-resistant windows in wood frame and masonry substrates and applying exterior plastic products; and (d) a brief logistics plan including mobilizing, transporting equipment and personnel, and associated planning for work on an island. Prior projects at the island have utilized barges, water taxis, and helicopters. An area at the south side of the island has been used to beach a barge, and heavy equipment has cleared a path to off-load construction equipment and materials. From mid-June to the end of September, the National Park Service provides a floating dock and gangway to the only pier on the island. This floating dock and gangway cannot accommodate construction equipment or any kind of freight; it is suitable for pedestrian access only, with a maximum capacity of 10 people. In the absence of the floating dock and gangway, access to the pier is by a vertical ladder. It is recommended that the Contractor provide a temporary float or floating dock with a gangway that provides safe access for personnel and portable equipment. Your response is required no later than 31 July 2013. All information requested above must be submitted in sufficient detail in order for the CG to make a determination as to the applicable set-aside for the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-14-R-BOSTONLIGHT/listing.html)
- Place of Performance
- Address: USCG BOSTON LIGHT STATION, LITTLE BREWSTER ISLAND, BOSTON HARBOR, BOSTON, Massachusetts, United States
- Record
- SN03124488-W 20130725/130723235336-9ac38152220f11e9d3ed1f00a26416d6 (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 |