SOURCES SOUGHT
Z -- HSCG83-05-R-3YD017
- Notice Date
- 1/25/2005
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
- ZIP Code
- 44199-2060
- Solicitation Number
- HSCG83-05-R-3YD017
- Response Due
- 2/1/2005
- Description
- This is a SOURCES SOUGHT NOTICE to identify U.S. Small Business Administration (SBA) Certified HUBZONE small business firms capable of providing all labor, material, equipment, transportation and supervision required to replace modified bitumen roof, Building 85D, USCG Yard Baltimore, MD. Work shall be performed on a 4-ply built-up roof underlain by glass fiber insulation and metal roof deck. The required work includes: infrared inspection and/or core cuts to assess whether there is wet insulation, if needed, replacement of existing skylights with new skylights, replacement of the existing gutters with new gutters, removal and replacement of the existing vents, and installation of a modified bitumen cover layer underlain by a modified bitumen base sheet. The contractor or subcontractor is required to provide certifications that the modified bitumen sheet roofing system manufacturer has a minimum 10 years experience in manufacturing modified bitumen roofing products and the roofing system applicator shall be approved, authorized, or licensed in writing by the modified bitumen sheet roofing system manufacturer and shall have a minimum of 5 years experience as an approved, authorized, or licensed applicator with that manufacturer and be approved at a level capable of providing the specified warranty. In addition, the applicator shall supply the names and locations of 5 projects of similar size and scope that he has constructed using the manufacturer?s roofing products submitted for this project within the previous 3 years. (15-Year Warranty for the roofing system. Wind uplift shall be rated Class I ? 90 in accordance with FM AGBM capable of withstanding an uplift pressure of 90 psf.) The NAICS for this project is 238160 with a Small Business Size Standard of $12.0M. The Prime Contractor shall perform, at a minimum, 15% of the labor at the job site with employees from its own workforce. Vendors interested in performing this requirement are invited to provide the following information to USCG CEU Cleveland no later than 1 February 2005. The information may be submitted via email to the Contract Specialist at pkomer@ceucleveland.uscg.mil or faxed to 216-902-6278 ? pls annotate the response with the sources sought number HSCG83-05-R-3YD017. Responses shall include the following information: (1) Company name; (2) address; (3) Point of Contact; (4) email address and fax number; (5) business size; (6) disadvantaged/8(a)/ or HUBZone status. If work is to be subcontracted (company name), a statement that the subcontractor is capable of complying with the required certifications. No telephone or written requests for solicitation or posting status. When available, the resultant pre-solicitation notice and solicitation will be posted at this website. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement.
- Place of Performance
- Address: USCG Yard, 2401 Hawkins Point Rd., Baltimore, MD
- Zip Code: 21226-1797
- Zip Code: 21226-1797
- Record
- SN00739367-W 20050127/050125211542 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |