MODIFICATION
Z -- Pavement Repairs at U.S. Coast Guard Communication Station New Orleans, LA - Amendment 1
- Notice Date
- 6/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630, United States
- ZIP Code
- 33177-1630
- Solicitation Number
- HSCG82-12-B-PMV263
- Point of Contact
- Lesia K Moyer, Phone: 305-278-6725, Rabon A. Lewis, Phone: 3052786718
- E-Mail Address
-
Lesia.K.Moyer@uscg.mil, Rabon.A.Lewis@uscg.mil
(Lesia.K.Moyer@uscg.mil, Rabon.A.Lewis@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 0001 HSCG82-12-B-PMV263 POSTED AMENDMENT 0001 6/13/2012 BID OPENING DATE EXTENDED UNTIL 6/21/2012.POSTED 5/15/2012 INVITATION FOR BID, SPECIFICATIONS AND DRAWINGS BID OPENING DATE: 6/14/2012 ==================================================================.POSTED 5/1/2012 SYNOPSIS - THIS IS A TOTAL SMALL BUSINESS SET ASIDE: CORRECTION: The applicable North American Industry Class System (NAICS) 2007 code is 237310. The small business size standard is a three-year average annual gross receipt of $33.5 million. The following are the revised tentative dates for this project: Solicitation issued: May 16, 2012 Bid Opening: June 15, 2012 Contract Performance Completion: 120 days after Notice to Proceed The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. ================================================================= PRE-SOLICITATION NOTICE: This project is to furnish all labor, materials and equipment to complete the following task: Mill the main access road of the U.S. Coast Guard Station; Widen access road at tractor trailer turn-around; Mill the parking lot of the Receiver Building; Overlay milled access road, Receiver Building parking lot, Communications Office parking lot and Maintenance Building access drives with new bituminous material; Remove and replace areas of failed base material; Place curb, sidewalk and parking lot striping at the Communications Office and Receiver Building; Provide handicap access facilities at the Communications Building; Construct concrete dumpster pad at Communications Office Building. The performance period will be 120 calendar days. The estimated value of this procurement is between $500,000 and $1,000,000. The applicable North American Industry Class System (NAICS) 2007 code is 237990. The small business size standard is a three-year average annual gross receipt of $33.5 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency. The following are tentative dates for this project: Solicitation issued: June 6, 2012 Bid Opening: July 5, 2012 Contract Performance Completion: December 4, 2012 The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number. The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to Lesia.Moyer@uscg.mil or fax to 305-278-6696 with "Sources Sought for Solicitation Number HSCG82-12-B-PMV263 " in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside, or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply. Response is required by April 27, 2012. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-12-B-PMV263/listing.html)
- Place of Performance
- Address: 4023 Main Street, Belle Chasse, Louisiana, 20037, United States
- Zip Code: 20037
- Zip Code: 20037
- Record
- SN02774952-W 20120615/120613235847-3b343186f8e67a275cf1bec46f9dbdce (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 |