Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2021 SAM #7016
SOURCES SOUGHT

99 -- INSTALL OVERLAY FLOORING SURFACE ROLAND HALL FIELD HOUSE

Notice Date
2/11/2021 9:19:15 AM
 
Notice Type
Sources Sought
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
 
ZIP Code
02886
 
Solicitation Number
70Z0G1-21-S-INSTALLOVERLAYINGFLOORINGSURFACEROLANDHALL
 
Response Due
2/23/2021 12:00:00 AM
 
Archive Date
03/10/2021
 
Point of Contact
Joyce M Overton, Phone: 4017361745
 
E-Mail Address
joyce.m.overton@uscg.mil
(joyce.m.overton@uscg.mil)
 
Description
USCG ACADEMY, NEW LONDON, CT SOURCES SOUGHT # 70Z0G1-21-S-INSTALL OVERLAY FLOORING SURFACE ROLAND HALL INSTALL OVERLAY FLOORING SURFACE ROLAND HALL 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, other Small Business concerns, or solicit Unrestricted.� The applicable North American Industry Classification System (NAICS) code is 238330 Flooring Contractors, with a small business size standard of $16.5 Million. The estimated value of the procurement is between $500,000 and $1,000,000.� 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 required to install overlay flooring surface for the 5th deck of Roland Hall, replacement of pole vault pits, cover for long jump pit, covers for tennis court posts and painting and baseboard molding.� The 5th deck is a 46,000 square foot Indoor Field House with an existing Mondo over Tartan floor that will remain.� The proposed overlay flooring is a calendered� vulcanized sheet rubber surface, with embossing ideal for indoor track and multipurpose use.� Special attention applied to the seams, must be basically invisible.� Vulcanized sheet rubber provides excellent force reduction to protect athletes from long-term macro and micro-injuries.� The durable vulcanized surface provides a long lasting medium for spike and non-spike use. Floor shall have characteristics as listed (but not limited to): a. Shock absorbing properties for strenuous use. b. Ability to withstand bleachers & rolling loads. c. Adaptable to multi-sport (shotput, discus throw, pole vault, lacrosse, tennis, etc.) & functional uses. d. Buy American Act compliant. e. Basic colors available (at a minimum) - Blue, Green, Red, Yellow, Dark grey and Light grey. f. Must be paintable surface for NCAA line marking. Work will be completed at USCG Academy, New London, CT. �The performance period is estimated to be twenty (20) weeks from issuance of Notice to Proceed. 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 70Z0G1-21-S- INSTALL OVERLAY FLOORING SURFACE ROLAND HALL� 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 include contract numbers, project titles, dollar amounts, points of contact and telephone numbers.� Your response is required no later than 23 February 2021.� �All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside, however, limit responses to four (4) pages.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e817691e14b741fd82779a40d1e523cf/view)
 
Place of Performance
Address: CT 06320, USA
Zip Code: 06320
Country: USA
 
Record
SN05915428-F 20210213/210211230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.