Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2007 FBO #1868
SOLICITATION NOTICE

Z -- Grand River, OH; Exterior Renovations at USCG Station Fairport Harbor, Ohio.

Notice Date
1/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG83-07-B-3WT098
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all necessary labor, material, transportation, equipment and supervision required for Exterior Renovations at U.S. Coast Guard Station Fairport Harbor, Grand River, Ohio. General project scope is to provide materials, labor and equipment to remove existing window units, existing siding and shutters, and exterior steel doors, frames and trim, and install new custom sized vinyl window units, new rigid foam backed vinyl siding, trim and shutters, and to restore or replace exterior doors, frames and trim. The work includes the exterior renovation of the Station Building, the Boathouse and the Auxiliary Storage Building. 1.2.1 Remove the existing windows and frames to allow the installation of a "new construction" style window with nailing flange and a properly installed air and moisture barrier. 1.2.2 Remove and dispose of the existing aluminum siding, trim, shutters and expanded polystyrene insulation. Note that the existing boathouse siding sealant has been tested and found to contain asbestos. The test results dated June 2, 2005 are included as a reference document. Handle and dispose of all materials as legally required in the State of Ohio and furnish disposal manifest and documentation. 1.2.3 Install new flashing, weather stripping and new thresholds at existing exterior doors as scheduled. Remove and replace existing exterior doors, frames and hardware as scheduled. Finish and paint all new and existing exterior doors. 1.2.4 Install new aluminum clad wood or fiberglass framed windows with insulating low-e glass. Windows shall be custom sized to fit the existing window opening and shall include factory or field applied jamb extensions and new interior window trim. 1.2.4.1 Several window sizes will be reduced in height to permit construction of a raised sill to allow a roof flashing and counter flashing system to be installed below the window. 1.2.4.2 Paint or stain new interior of window and window trim. 1.2.5 Install new rigid foam insulation backed vinyl siding in conjunction with a new air and moisture barrier system. Include all flashings, moldings and trim as indicated on the Drawings and in accordance with the window siding manufacturer?s recommendations. Install new integrally colored red shutters to and new mounting hardware. 1.2.5.1 Install solid cellular PVC trim (in place of standard siding trim) in conjunction with siding at outside corners, door casing and other locations indicated on the Drawings. 1.2.6 Install new roof flashings and counter flashings specifically fabricated to protect portions of first floor areas that were installed approximately three (3) years ago. There are several locations where wind driven rain or moisture periodically enters the building at the wall/roof interface that must be corrected as part of this work. 1.2.7 Low pressure wash and repair sections of the existing aluminum soffits. Paint misc. existing intake/exhaust louvers as indicated on the Drawings. Protect the existing aluminum gutters which are scheduled to remain. Remove and replace the existing downspouts as required to install new siding. 1.2.9 New Railings. The period of performance is estimated at 154 days. This procurement is estimated between $100,000.00 and $250,000.00. This procurement is a Total Small Business Set-Aside. The NAICS code for this procurement is 236220 with a size standard of $31.0M. All responsible sources may submit an offer that will be considered by the agency. Contractors must be registered in ORCA under the NAICS Code of 236220 in order to be eligible to receive the award. All responsible sources may submit an offer that will be considered by the agency. NO TELEPHONE OR WRITTEN REQUESTS WILL BE ACCEPTED. When available, the solicitation documents will be available for download exclusively from the Internet by accessing the Government-wide Federal Business Opportunities (FedBizOpps) website at: http://www.fbo.gov. Interested parties are encouraged to register at the website to be notified when information on this project is uploaded. The bidders list will be made available when the solicitation is uploaded. To obtain this information, click on the Interested Vendors List (IVL). Any amendments issued to this solicitation will be posted solely on these websites. NOTE: For security reasons, the Coast Guard now distributes the Technical Data Package (TDP) portion of solicitations through Federal Technical Data Solutions (Fed/TeDS) website. In order to obtain the TDP, the contractor is required to register in the Central Contractor Registration (CCR) database and have a Marketing Partner Identification Number (MPIN). For information on CCR and the MPIN, access the website at: http://www.ccr.gov/vendor/cfm.
 
Place of Performance
Address: P.O. Box 18, Grand River, Ohio
Zip Code: 44045
Country: UNITED STATES
 
Record
SN01205830-W 20070107/070105220513 (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.