Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2015 FBO #4829
SOURCES SOUGHT

Y -- FRC HOMEPORT UPGRADES

Notice Date
2/11/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG47-15-R-ATLBCH
 
Archive Date
4/3/2015
 
Point of Contact
PAMELA J. ARGILAN, Phone: 7578523449, Cheryl P Allen, Phone: 757-852-3415
 
E-Mail Address
pamela.j.argilan@uscg.mil, cheryl.p.allen@uscg.mil
(pamela.j.argilan@uscg.mil, cheryl.p.allen@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR U.S. COAST GUARD FAST RESPONSE CUTTER (FRC) HOMEPORT UPGRADE CONSTRUCTION CONTRACT. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS A MARKET RESEARCH TOOL BEING USED TO IDENTIFY POTENTIAL SMALL BUSINESS (INCLUDING SMALL DISADVANTAGES BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, DISADVANTAGED VETERAN OWNED SMALL BUSINESSES, HUBZONES) FIRMS CAPABLE OF PERFORMING THIS CONTRACT IN ATLANTIC BEACH, NC. THIS IS A NEW REQUIREMENT TO BE AWARDED AND ADMINISTERED BY THE U. S. COAST GUARD. THE COAST GUARD'S INTENT IS TO COMBINE TWO PROJECTS INTO ONE SOLICITATION AND AWARD ONE CONTRACT. THE FIRST PROJECT WILL BE THE BASE ITEM WITH THE SECOND PROJECT BEING AN OPTION ITEM. THE PRICE RANGE FOR BASE ITEM IS APPROXIMATELY $2 MILLION TO $4.5 MILLION. THE PRICE RANGE FOR THE OPTION ITEM IS APPROXIMATELY $500,000 TO $950,000. THE FOLLOWING IS THE GENERAL SCOPE FOR THE SOLICITATION: BASE ITEM: The Contractor will provide all supervision, labor, material, and equipment necessary for the Design/Build Fast Response Cutter (FRC) Homeport Upgrades at SFO Fort Macon, Atlantic Beach, NC to include properly sizing and configuring facilities to support the mooring, maintenance, storage, operations and administrative needs of the FRCs. The land-side of the project will construct a 9,800 GSF two story Cutter/MAT facility to support two FRCs supporting 67 personnel. The first floor will have an approximate 5,300 GSF footprint and contain shops, a loading dock, a small cutter support area, washer and dryer area and building support spaces. The second floor will have approximately 4,500 GSF footprint and contain administrative office space, personnel support spaces, Self0Contained Breathing Apparatus (SCBA) space, and Weapons Augmentation (WAT) space. Demolition will be required for this project. Approximately 2,860 SF of the existing one-story Engineering Building will be demolished to make room for the new Cutter/MAT Support Building. The water-side of the project will consist of dredging the mooring basin for access and berthing of the FRCs, construction of a 30'square, pile-supported mobile crane hardstand used to change out FRC engines, construct a small transformer enclosure to house two new 500KVA, 14.4KVA to 450V dry-type isolation transformers, replace associated utilities (telephone, LAN, CATV, potable water) as required, install foam filled fenders for the FRCs, and upgrading the mooring hardware and foundation at three locations to support two mooring lines simultaneously. OPTION ITEM: The Contractor will provide all supervision, labor, material, and equipment necessary for the Design/Build Demolition/Reconstruction of the Engineering Building at SFO Fort Macon, Atlantic Beach, NC. The Option Item includes the demolition and removal of the existing C.M.U. and wood, single story building of approximately 8,500 s.f. Testing of the existing building for ACM and LBP shall be conducted prior to demolition. The Reconstruction includes a 7,500 s.f. space for additional personnel. The building will include an Industrial Shop, Supply Area, Hard Wall Offices, Admin Area/Open Office, Mailroom, Filing/Copy Room, Restrooms, Mechanical room, Electrical/Technology Room and Building Storage. THE FOLLOWING INFORMATION IS TO BE E-MAILED TO BOTH OF THE BELOW POINTS-OF-CONTACT: pamela.j.argilan@uscg.mil; cheryl.p.allen@uscg.mil Please note the submission should not exceed three pages. 1) FIRM NAME AND DUNS NUMBER. 2) FIRM ADDRESS. 3) FIRM POINT-OF-CONTACT INFORMATION. 4) FIRM'S BUSINESS SIZE. 5) TYPE OF BUSINESS (E.G. SMALL BUSINESS, LARGE BUSINESS, 8(A) FIRM, SMALL DISADVANTAGED BUSINESS, WOMAN-OWNED BUSINESS, SMALL DISADVANTAGED VETERAN-OWNED SMALL BUSINESS) 6) FIRM'S BONDING CAPACITY. 7) TYPES OF CONSTRUCTION YOUR FIRM PERFORMS AND LOCATIONS PERFORMED (USE NAICS CODES; SPECIFY IF DESIGN/BUILD OR DESIGN/BID/BUILD).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-15-R-ATLBCH/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Sector Field Office Fort Macon, Atlantic Beach, North Carolina, United States
 
Record
SN03640575-W 20150213/150211235345-5e4f981444ce13ee78f15f06bf242913 (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.