Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOURCES SOUGHT

Z -- REPLACE BUOY BLAST BOOTH AT USCG BASE MOBILE, ALABAMA

Notice Date
6/8/2017
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630, United States
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-17-B-PMV220
 
Point of Contact
Ada M Hoggard, Phone: 305-278-6724, Odalys McGee, Phone: 305-278-6727
 
E-Mail Address
ada.m.hoggard@uscg.mil, Odalys.McGee@uscg.mil
(ada.m.hoggard@uscg.mil, Odalys.McGee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Economically Disadvantaged Women-Owned Small Business concerns (EDWOSB), or Small Business concerns. The estimated value of this procurement is between $1,000,000 and $5,000,000. The applicable North American Industry Class System (NAICS) 2012 code is 236210. The small business size standard is a three-year averaged annual gross receipt of $36.5 million. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. This project is to provide all labor, materials, tools, equipment and supervision necessary to replace buoy blast booth at USCG Base Mobile, Alabama. The work includes but is not limited to the following: provide a new elevated platform and demolish existing storage structure, while providing new fire sprinklers for the platform; provide new automated blast booth with blast wheels; provide new dust collection system; provide new 12-ton monorail system with new floor supported columns and new beams with programmable controller compatible with blast booth controller; provide new comprehensive booth and monorail graphic controller programmed for 9 different buoys; and remediate lead and asbestos as identified and impacted by construction. The performance period will be 210 calendar days. At the present time, this acquisition is expected to be issued as a Small Business set aside. However, in accordance with FAR 19.1303, FAR 19.1403, and FAR 19.1505, if your firm is HUBZone certified, a Service-Disabled Veteran-Owned Small Business (SDVOSB), an Economically Disadvantaged Women-Owned Small Business (EDWOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Ada.M.Hoggard@uscg.mil with "Sources Sought for Solicitation Number "HSCG82-17-B-PMV220" in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone, SDVOSB, or EDWOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, or FAR 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (APR 2012) will apply. Your response is required by June 22, 2017. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service-Disabled Veteran-Owned Small Business, or Economically Disadvantaged Women-Owned Small Business set aside and will be posted on the website at http://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-17-B-PMV220/listing.html)
 
Place of Performance
Address: USCG BASE MOBILE, 1500 15TH STREET, MOBILE, Alabama, 36615, United States
Zip Code: 36615
 
Record
SN04537880-W 20170610/170608235009-a2c95c30b6c0d42064c776129d20afde (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.