Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2008 FBO #2565
SOURCES SOUGHT

Z -- DULUTH, MN; REPAIR LIGHTHOUSE EAVES

Notice Date
12/2/2008
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, Ohio, 44199-2060
 
ZIP Code
44199-2060
 
Solicitation Number
21098393WT026
 
Archive Date
1/15/2009
 
Point of Contact
Laurie F Walker,, Phone: 216-902-6110
 
E-Mail Address
laurie.f.walker@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT; This is a SOURCES SOUGHT NOTICE to identify firms capable of providing all labor, material, equipment, transportation and supervision required to Repair Lighthouse Eaves at USCG ANT Duluth, MN. Major work items include: Demolish and remove the existing concrete fascia along the eaves of Superior Entry Breakwater Lighthouse, Superior, Wisconsin, remove existing reinforcing steel as necessary, fabricate and install welded wire fabric reinforcing steel along the eaves, drill and epoxy steel set into the existing concrete eaves welded to the steel channel, construct and install formwork along the eave to match the original eave profile and retain the historical character of the lighthouse and pull back existing membrane to fully adhere to the concrete repair. Lighthouse is accessible by barge only. Gang walk around lighthouse is 2 feet x 2 feet. Additionally, walkway to lighthouse ends and begins with jagged rock forms. The NAICS for this project is 238990 with a Small Business Size Standard of $14.0M. Vendors interested in performing this requirement are invited to provide the following information to USCG CEU Cleveland no later than 31 December 2008. The information may be submitted via email to the Contract Specialist at laurie.f.walker@uscg.mil or faxed to 216-902-6278. Responses shall include the following information: Reference number 08-3WT026, Company name, DUNS Number, address, point of contact, phone number and email address; business size, disadvantage, 8(a), or HUBzone status; and, Evidence that the contractor has performed similar projects (past performance history). NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, the resultant pre-solicitation notice and solicitation will be posted at this website. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30e154191383669e21c63c006cb5c116&tab=core&_cview=1)
 
Place of Performance
Address: USCG Aid to Navigation Team Duluth, Duluth, Minnesota, 55802, United States
Zip Code: 55802
 
Record
SN01712359-W 20081204/081202215527-30e154191383669e21c63c006cb5c116 (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.