SOURCES SOUGHT
Z -- Repair Bulkhead at US Coast Guard Cutter Diligence Moorings in Wilmington, NC
- Notice Date
- 5/3/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- 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
- 70Z08318BPAC20000
- Archive Date
- 8/14/2018
- Point of Contact
- Verona M. Wolfe, Phone: 216-902-6265
- E-Mail Address
-
verona.m.wolfe@uscg.dhs.gov
(verona.m.wolfe@uscg.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to identify firms capable of performing REPAIR BULKHEAD AT US COAST GUARD CUTTER DILIGENCE MOORINGS IN WILMINGTON, NC. Major work items include; Rehabilitation of the steel sheet pile bulkhead, stabilization of the anchor wall, installation of a fender system, installation of multiple site utilities, and site restoration. Removal and cleaning of mooring fittings, including cleats and bitts from the mooring, and reinstallation of the fittings on replacement foundations. Mooring fittings have tested positive for lead paint. Provide parking hang tags for 50 USCG personal vehicles in the parking deck located at 114 N 2nd street in Wilmington, NC for the duration of the site work. Providing and maintaining a chain link fence around the perimeter of the work and other areas in use by the contractor for the duration of the work. Replace all wale to sheet pile connection hardware. Provide a structural and aesthetic concrete facing /cap transition and fender system modifications necessary to account for existing wall condition (not plumb and bowed). Engage a licensed professional engineer to design and detail. Provide structural steel and/or concrete replacement for the wood shims used in the repairs. The procurement estimate is between $5M and $7M. The NAICS for this project is 237990 with a Small Business Size Standard of $36.5M. At a minimum, the prime contractor will be required to perform 15 % 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 May 11, 2018. The information may be submitted via email to the Contract Specialist at Verona.m.wolfe@uscg.mil or faxed to 216-902-6278. Responses shall include the following information: Reference number 70Z08318BPAC20000, 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: (a) A positive statement of your intent to submit a bid on this solicitation as a prime contractor. (b) A statement identifying your certified small business size status (Small, 8(a), HUBZone, VOSB, SDVOSB, disadvantaged, women-owned) (c) 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. (d) Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. (e) Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. (f) State the number and occupations of employees in your firm. 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/70Z08318BPAC20000/listing.html)
- Place of Performance
- Address: 109 N. Water Street, Wilmington, North Carolina, 28401, United States
- Zip Code: 28401
- Zip Code: 28401
- Record
- SN04909899-W 20180505/180503230821-f1557d65aa14b858d583942637c8f263 (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 |