Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SPECIAL NOTICE

Z -- REPLACE WINDOWS BOILER PLANT USCG ACADEMY, NEW LONDON, CT - RESCISSION OF AWARD NOTICE POSTED IN ERROR

Notice Date
2/16/2017
 
Notice Type
Special Notice
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 475 Kilvert Street Suite 100, Warwick, Rhode Island, 02886-1379, United States
 
ZIP Code
02886-1379
 
Solicitation Number
HSCGG1-17-B-PFA007
 
Archive Date
3/1/2017
 
Point of Contact
Teresa L. Lamphere, Phone: 401-736-1785, Jean M Bretz, Phone: (401)736-1765
 
E-Mail Address
Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL
(Teresa.L.Lamphere@uscg.mil, JEAN.M.BRETZ@USCG.MIL)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AWARD NOTICE POSTED ON WEDNESDAY 15 FEBRUARY 2017 INDICATING THAT AWARD WAS MADE TO ENFIELD ENTERPRISES INC. OF SPRINGFIELD MA IN THE AMOUNT OF $176,601.00 WAS POSTED IN ERROR AND IS HEREBY RESCINDED. THE AWARD NOTICE FOR THIS ACQUISITION WILL BE POSTED AS A SUBSEQUENT 'SPECIAL NOTICE' ON THIS SOLICITATION ON THE DATE OF CONTRACT AWARD. Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to. perform the replacement of exterior windows at the Boiler Plant, all floors, at the U.S. Coast Guard Academy in New London, CT. The project includes, but is not limited to the following: 1. Remove and replace existing deteriorated steel windows with new fiberglass double pane windows resembling existing window pattern with a gray exterior. New windows shall be AAMA verified (624-10). There are 32 window openings with 29 windows being replaced with new windows and three receiving a solid closure panel to block off the window opening. Modifications to other new window openings shall include provisions for a condensate line, exhaust fan and louver, and air conditioner units. Remove and recycle or properly dispose of all construction debris. All work shall be done by licensed contractors and shall comply with current codes and contract documents. 2. All window opening lintels shall have lead paint abated. After abatement is complete the lintels shall be soda blasted and primed to receive two coats of paint matching existing interior color. Paint shall be Duration by Sherwin Williams. 3. All window openings shall have asbestos sealant abated. Abate asbestos expansion joint sealant at building additions. 4. Clean entire window opening prior to new window installation. 5. Provide new sealant (to match window color) at all openings after new window units have been properly installed. 6. Provide engineered scaffold plan with engineer stamp, if scaffold is going to be used for window installation. 7. Provide a detailed installation plan outlining fastener layout for window installation and additional bracing as required. Period of Performance: The onsite period of performance is 22 May 2017 to 1 July 2017. The estimated value of the procurement is between $150,000.00 and $250,000.00. Solicitation packages will be available on or about 15 December 2016. The tentative date set for receipt of bids is scheduled for 17 January 2017 at 2:00 pm. The applicable North American Industry Classification System (NAICS) code is 238350, Finish Carpentry Contractors, with a small business size standard of $15 Million. This acquisition is issued pursuant to FAR Part 14 and is 100% Set-Aside for Service Disabled Veteran Owned Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.fbo.gov. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors]. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/HSCGG1-17-B-PFA007/listing.html)
 
Place of Performance
Address: BOILER PLANT, USCG ACADEMY, 15 MOHEGAN AVENUE, NEW LONDON, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04406159-W 20170218/170216235435-b63174944065ab78e0ba9f3eeedc471f (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  © 1994-2020, Loren Data Corp.