Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
SOURCES SOUGHT

Z -- U.S. Coast Guard - Cordova Housing Exterior Repair and Alteration Services.

Notice Date
10/2/2014
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG87-15-R-PJT001
 
Archive Date
11/4/2014
 
Point of Contact
LeRoy W. Rushing, Phone: 2062207436
 
E-Mail Address
leroy.w.rushing@uscg.mil
(leroy.w.rushing@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought and is not a request for proposals nor does it constitute a statement of a current government requirement. The anticipated procurement is for Repair and Alteration of USCG Housing exterior siding located at Cordova, AK. This construction effort is anticipated to be a small business set-aside, but all interested parties are encouraged to submit capability statements. It is anticipated that this acquisition will result in one (1) firm fixed price contract. The anticipated magnitude of the awarded contract is between $1,000,000.00 and $5,000,000.00. The projected contract's period of performance is estimated to be 365 calendar days. The successful offeror will be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to demolish an existing siding of the housing units and repair the buildings as a standard construction delivery method (bid-build) in accordance with Government provided 100% construction design documents and specifications. The intent of the project is the repair and alteration of the exterior siding for the housing units to consist of: A. Removal of existing siding, trim, flashings, weather resisting barrier and exterior insulation board and replace with new weather resisting barrier, trim and siding system. B. Removal and reinstallation or replacement windows. Removal of interior window trim and flash window. Reinstallation trim and paint. C. Windows shown to remain in place shall be flashed and Replacement of exterior window trim. D. Removal and replacement existing porch ceilings. E. Replacement of damaged exterior plywood sheathing. F. Replacement of structural straps at rim joists. G. Rot/Mold Repair. H. Interior Wall Repair. I. Interior Stud Repair. Desired capabilities and qualifications include; - Expertise in construction related services. - Experience working in remote locations with harsh seasonal weather conditions. - Evidence demonstrating ability to work on projects of similar size, scope, magnitude, and complexity as the work described above. - Bonding capability up to $3,000,000.00. Interested contractors should respond by registering on the Interested Vendor List for this procurement. This notice is issued for the purpose of market research in accordance with FAR Part 10. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The written narrative shall provide evidence of experience of at least 3 projects as a Prime contractor, similar in type and scope, substantially completed within the last 5 years; to include: project description, location, cost, points of contact and telephone numbers/email addresses. Please also provide if your business currently participates in an existing multiple award contract, or other contract vehicle with the Federal government which could potentially satisfy the requirement, please describe the contract vehicle, and points of contact in your response. The responses must be sufficient to permit agency analysis to establish a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Please provide in your response the firm's business size and classification. A positive statement of the firm's intent to submit a proposal for the anticipated contract solicitation as a prime contractor is requested. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Mr. LeRoy (Roy) Rushing via email at Leroy.w.rushing@uscg.mil. This is not a request for proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG87-15-R-PJT001/listing.html)
 
Place of Performance
Address: USCG CORDOVA HOUSING, 600 Adams St., CORDOVA, Alaska, 99574, United States
Zip Code: 99574
 
Record
SN03541049-W 20141004/141002234949-ba6632c17890b1a3314ee55c8670fad6 (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.