Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2022 SAM #7673
SOURCES SOUGHT

99 -- ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA

Notice Date
12/1/2022 2:31:36 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
CEU MIAMI(00082) MIAMI FL 33177 USA
 
ZIP Code
33177
 
Solicitation Number
PNUM-21534536
 
Response Due
1/2/2023 11:00:00 AM
 
Point of Contact
Sandy Guite, Ada Hoggard
 
E-Mail Address
sandy.n.guite@uscg.mil, Ada.M.Hoggard@uscg.mil
(sandy.n.guite@uscg.mil, Ada.M.Hoggard@uscg.mil)
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: PNUM - 21534536 ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA. The work includes furnishing all labor, supervision, equipment, materials, and tools to Abate all lead-Based Paint (LBP) surfaces located on interior and exterior of the housing unit (abatement by encapsulation is not permitted); remove lead contaminated soil in crawl space under the housing unit; remove five (5) existing windows and install five (5) new historically accurate single-hung wood windows to match existing. The performance period will be one thirty-three (133) calendar days. The estimated value of this procurement is between $250,000 and $500,000. The applicable North American Industry Class System (NAICS) 2022 code is 562910. The small business size standard has an annual gross receipt of $22 million. Bid, Payment, and Performance Bonds are REQUIRED. The following are tentative dates for this project: Solicitation Issued: February 2023 Bid Opening: March 2023 Contract Performance Completion: September 2023 The solicitation and plans in its entirety and any amendments will be available at no charge online at https://sam.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for Women-Owned (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. At present, this acquisition is expected to be issued as a Small Business Set-Aside. However, in accordance with FAR 19.203, if your firm is HUBZone certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) and intends to submit an offer for this acquisition, please respond via email to sandy.n.guite@uscg.mil with �Sources Sought PNUM - 21534536 ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA� in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response MUST include the following: (a) a positive statement of intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying you are a certified small business designation; (c) evidence of experience with work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals; (e) business set-aside; (f) Sam Unique Entity ID (SUEI) Contractors are reminded that should this acquisition become a set aside concern, the following FAR Clauses will apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside; FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside and 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. Responses are required no later than 3 January 2023 at 2:00 PM EST. All of the above MUST be submitted in sufficient detail for a decision to be made on a HUB Zone, Service-Disabled Veteran-Owned Small Business, or Women-Owned Small Business set aside.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e45d7ef5b62e441798cea2172eaca52e/view)
 
Place of Performance
Address: New Orleans, LA, USA
Country: USA
 
Record
SN06533329-F 20221203/221201230108 (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.