Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

Z -- REPLACE CONCRETE & DELUGE DRAINS AT USCG AIR STATION HOUSTON, TEXAS

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
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
70Z08218BPMV13400
 
Archive Date
6/24/2019
 
Point of Contact
Marvin Bethel, Phone: 3052786718
 
E-Mail Address
marvin.c.bethel@uscg.mil
(marvin.c.bethel@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Please be advised Response for this SOURCES SOUGHT NOTICE has been changed from June 11, 2018 to NOW MAY 25, 2018. Posted May 17, 2018 ------------------------------------------------ FBO NOTICES 70Z082-18-B- PMV134 -00 - REPLACE CONCRETE & DELUGE DRAINS AT USCG AIR STATION HOUSTON, TEXAS THIS IS A SOURCES SOUGHT NOTICE TO IDENTIFY INTERESTED CONTRACTORS TO DETERMINE THE SET-ASIDE: This project will demolition and repair areas of concrete apron pavement. Repair concrete drainage trench inside hangar and construct new concrete pavement in areas of demolished pads. Demolish 11 bollards and repair surface flush with existing concrete. Remove existing and replace apron-ramp markings/stripping. Stripping location to match existing location. Provide as-built drawing of existing markings with dimensions and radius prior to repainting. The performance of work would include three optional items (1) Demolish and remove existing underground oil water separation system consisting of two tanks and replace with new within 48 hours. (2) Provide repairs and new interior coating and exterior coating for fire water tank and (3) Provide repairs and new interior coating and exterior coating for fire water tank, to include Paint 15-foot diameter U.S. Coast Guard Air Station Houston logo. The following unit price items shall be separately priced: •1) Stripping per one linear foot Continuous 6" yellow on 12" black. Provide glass beads •2) Stripping per one linear foot Continuous 6" red on 12" black. Provide glass beads •3) Stripping per one linear foot Continuous 6" white on 12" black. Provide glass beads •4) Repair concrete ramp pavement including base per square yard. •5) Repair concrete drainage trench including grate per one linear foot. •6) Repair concrete pavement (non-aircraft areas) including base per square yard. The performance period will be 280 calendar days. The estimated value of this procurement is Between $1,000,000 and $5,000,000. The applicable North American Industry Class System (NAICS) 2016 code is 238110. The small business size standard is a three-year average annual gross receipt of $15.0 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. The following are tentative dates for this project: Solicitation issued: July 2018 Bid Opening: August 2018 Contract Performance Completion: April 2019 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov or under the above solicitation number. 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) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to marvin.c.bethel@uscg.mil with "Sources Sought for Solicitation Number 70Z08218BPMV13400 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 or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply. Response is required by May 25, 2018. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/70Z08218BPMV13400/listing.html)
 
Place of Performance
Address: Coast Guard Air Station Houston, 1178 Ellington Field JRB, , Texas 77034-5569, Houston, Texas, 77034-5569, United States
Zip Code: 77034-5569
 
Record
SN04925997-W 20180519/180517230818-d1f6989c41d81dde7dfd9b327903713a (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.