Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2017 FBO #5844
SOURCES SOUGHT

Z -- USCG Academy Replace North Wing Roof McAllister Hall

Notice Date
11/21/2017
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing 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
70Z0G1-18-S-PFA00800
 
Archive Date
12/15/2017
 
Point of Contact
Teresa L. Lamphere, Phone: 401-736-1785, Jenelle Williams, Phone: 4017361784
 
E-Mail Address
Teresa.L.Lamphere@uscg.mil, jenelle.e.williams@uscg.mil
(Teresa.L.Lamphere@uscg.mil, jenelle.e.williams@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, or solicits 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 $300,000 and $500,000. 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: Provide all equipment, materials, labor, and supervision necessary for a complete roof replacement of northeast low slope roof section on McAllister Hall as noted on the drawings. The project includes removal and replacement of selected section of low slope membrane roof system, roof drains, wall flashing, and perimeter cap flashing as noted on the drawings. Repair and re-commission the building lightning protection system. Protect from damage existing building components that are to remain. Provide temporary barriers at entrances below the work areas as required for safety. Patch and repair damaged roof decks where noted on drawings. Some materials where noted contain asbestos and shall be removed and properly disposed of by a licensed asbestos abatement contractor. Remove existing roof membrane and insulation down to the structural deck. Remove, salvage, and recycle metal copings, flashings, miscellaneous metal, etc. Remove existing sealant at joint between the masonry wall and copper counter flashing. Remove, salvage, and reinstall existing exhaust fans as noted or as required to install new roof materials. Completely remove and dispose of existing HVAC split system as noted on drawings. Remove and recycle or properly dispose of all construction debris. Installation: Patch and repair structural decks as noted on drawings and as required for installation of new roof system. Provide and install membrane roof systems, including substrate board, vapor barrier, polyisocyanurate insulation, tapered insulation board, ½" cover board, 60 mil EPDM membrane, flashing, etc. Provide new EPDM flashing at walls, equipment curbs, and roof penetrations. Provide new wood blocking, wall flashing, metal edge flashing, and all required accessories for a complete and watertight roof system. Remove and replace several courses of brick at wall flashing, new brick to match existing, replace wall flashing and counter flashing with 20 oz copper flashing, add weeps to joints above flashing and point joints with lime mortar. Remove and replace existing roof drains and dome strainers, cast iron pipe and fittings, and connect to existing roof leaders, three (3) locations. Provide additional overflow scupper drains at roof perimeter as shown on drawings. Remove, salvage, and reinstall existing acoustic ceiling tile in good condition and replace damaged or stained acoustic ceiling tiles in areas of existing roof drain replacement. Provide new ceiling tiles to match existing. Period of Performance: Upon review of market research results an invitation for bid (IFB) will be issued at www.fbo.gov. Award is anticipated to be made in 2nd quarter FY 18. The period of performance for the project is 29 weeks from issuance of Notice to Proceed, including 9 weeks on site between 29 May 2018 through 31 July 2018. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Teresa.l.lamphere@uscg.mil with "Sources Sought Notice 70Z0G1-18-S-PFA00800" 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 30 November 2017. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/70Z0G1-18-S-PFA00800/listing.html)
 
Place of Performance
Address: 15 Mohegan Ave., New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04746106-W 20171123/171121231045-25174e5796b7779fe7c2f7f5501d7ef6 (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.