SOURCES SOUGHT
Z -- Abate Lead and Asbestos Quarters 3, USCG Academy, New London, CT
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- 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
- 70Z0G118SPFA02700
- Archive Date
- 5/19/2018
- Point of Contact
- Joyce M Overton, Phone: 401-736-1745
- E-Mail Address
-
joyce.m.overton@uscg.mil
(joyce.m.overton@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- USCG ACADEMY SOURCES SOUGHT #70Z0G118SPFA02700 ABATE LEAD AND ASBESTOS - QUARTERS 3, USCG ACADEMY, NEW LONDON, CT PROJECT #10785721 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 solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 562910 Remediation Services, with a small business size standard of $20.5 Million. The estimated value of the procurement is between $100,000.00 and $250,000.00. Performance and/or Payment bonds will be required. 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: The project scope includes all labor, materials, equipment, transportation, supervision and disposal necessary to remove walls, ceilings, wood trim, and baseboards down to structure; strip painted doors, transoms, stair risers and balusters, fireplace surround, remove asbestos flooring, and remove kitchen cabinets, counter and sink in Quarters 3. Abatement: Remove plaster walls and ceiling down to structure where noted on drawings. Remove painted wood window and door trim, picture rail, and baseboards; strip painted doors, transoms, stair risers and balusters, fireplace surround to remain down to bare wood. Remove loose or flaking paint on walls and structure to remain and paint with encapsulation paint as noted on drawings. Remove asbestos floor tile and mastic in basement as noted on drawings. Removal: Protect existing building components that are to remain from damage. Shut-off water within the construction area and disconnect plumbing at kitchen sink. Remove kitchen cabinets, counter and sink. Remove fin tube baseboard enclosures; heating piping and fin tube to remain. Remove, salvage, and return to the government the existing garage door opener. Completely remove existing ceiling fans, light fixtures, electrical receptacles, switches, wiring, conduit, boxes, etc. back to the main electrical panel in the basement. Remove sub-panel in kitchen and wiring back to electrical panel in basement. Completely remove existing phone, cable, and structured wiring back to patch panel in basement. Remove and recycle, or properly dispose of all construction debris. Installation: Prep, prime, and paint existing interior walls, ceilings, structure, etc. to remain with encapsulation paint as noted on drawings. 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 early July 2018 for summer performance. If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to Joyce.M.Overton@uscg.mil with "Sources Sought Notice 70Z0G118SPFA027" 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 4 May 2018. 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/70Z0G118SPFA02700/listing.html)
- Place of Performance
- Address: 15 Mohegan Avenue, New London, Connecticut, 06320, United States
- Zip Code: 06320
- Zip Code: 06320
- Record
- SN04902596-W 20180428/180426231102-b002f110d0f846283ef5d0cdb043c737 (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 |