SOURCES SOUGHT
Z -- Healy Hall Entrance Tile Repair, #257, U.S. Coast Guard TRACEN Cape May, Cape May, NJ.
- Notice Date
- 3/9/2018
- Notice Type
- Sources Sought
- NAICS
- 238340
— Tile and Terrazzo 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, United States
- ZIP Code
- 44199-2060
- Solicitation Number
- 70Z08318BPFC01700
- Point of Contact
- Timothy G. Arnold, Phone: 2169026272, Jim E Dinda, Phone: 216-902-6253
- E-Mail Address
-
timothy.g.arnold@uscg.mil, JDinda@CEUCleveland.uscg.mil
(timothy.g.arnold@uscg.mil, JDinda@CEUCleveland.uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT NOTICE to identify firms capable of performing Healy Hall Entrance Tile Repair, #257, U.S. Coast Guard TRACEN Cape May, Cape May, NJ. Major work items include but are not limited to:Demolish exterior quarry tile and base, up to existing door frame and down to existing slab; Demolish existing guardrail and handrail;Remove and salvage slip resistant step nosing from existing entrance concrete stair. Reinstall salvaged step nosing on entrance steps after concrete is repaired; Inspect and repair exterior retaining wall and entrance concrete steps. Base coat and paint with 2 coasts of algae-resistant water-based elastomeric, high-build, acrylic coating on retaining wall and riser of concrete steps; Furnish & install new edge flashing and door threshold at quarry tile cut edge on entrance door frame. Caulk and seal door frame;Furnish & install 12" x 12" exterior porcelain tile cap over retaining wall. Cut weep hole between tiles every 3'; Furnish & install 12" x 12" exterior porcelain tiles, 24" x 24" exterior porcelain tiles, and mortar base with membrane and thinset over exterior slab; Furnish & install metal guardrail over flagstone cap and concrete steps. Install on existing embedded anchors;Restore all disturbed areas to their original conditions; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $25K and $100K. The NAICS for this project is 238340 with a Small Business Size Standard of $15.0 M. At a minimum, the prime contractor will be required to perform 25 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG CEU Cleveland no later than March 16, 2018. The information may be submitted via email to the Contract Specialist at timothy.g.arnold@uscg.mil Responses shall include the following information: Reference number 70Z08318BPFC01700, company name, address, Dun and Bradstreet number, point of contact, phone number, email address; and, the following information (items (a) through (f)). Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement: 1. A positive statement of your intent to submit a bid on this solicitation as a prime contractor. 2. A statement identifying your certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned) 3. Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers. 4. Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. 5. Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. 6. State the number and occupations of employees in your firm. 7. NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website. The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a 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 this 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUC/70Z08318BPFC01700/listing.html)
- Place of Performance
- Address: 1 Munro Ave, Cape May, New Jersey, 08204, United States
- Zip Code: 08204
- Zip Code: 08204
- Record
- SN04849435-W 20180311/180309231106-31b84d2c4ae4bde4097f541e70261c3d (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 |