SOURCES SOUGHT
Z -- Airfield Pavement Maintenance, U.S. Coast Guard Aviation Training Center, Mobile, Alabama
- Notice Date
- 10/17/2018
- 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
- 70Z08319BPAT00100
- 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 Airfield Pavement Maintenance at the U.S. Coast Guard Aviation Training Center, Mobile, Alabama. Major work items include but are not limited to: Saw or mechanically remove existing joint material and prepare joints for application of FAA approved material suitable for aircraft operations and defined within specification; Remove and replace the full depth of indicated concrete panels at the GSE buildings access pad and laydown area. Remove and replace concrete panels on the northern side of the fuel farm parking shed. Cut remove and replace portions of 2 concrete panels within the GST hangar access drive; lay out and mark all areas of replacement identified in these documents. Demo and remove areas to be replaced to the nearest joint or saw cut. Dispose of all debris off site. Cut panels full depth to produce vertical edges; Install forms as necessary to retain and support concrete; Roll existing sub grade materials to achieve maximum density; Install full depth entrained concrete to match existing adjacent concrete as specified within. Install expansion joint material; Install crack control joints where applicable and indicated; Apply curing compound and/or provide protection against elements necessary to promote curing of new Installation; Aircraft Concrete Crack Repair: Remove all unsound concrete, down to solid concrete as specified. Repair as indicated; Storm Water Ditch Repair: Remove and replace the full depth of the indicated concrete panels at the upper pond dike. Replace with Geo-textile and interlocking matrix of cellular concrete blocks; MWR Concrete Drive: Remove and replace 6-inch-thick concrete driveway for Bldgs. S35 and S53. Replace with compacted base and 6 inch pad. Increase turning radius of north pad by adding 10 linear feet; Mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $500K and $1M. 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 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 October 26, 2018. The information may be submitted via email to the Contract Specialist at timothy.g.arnold@uscg.mil or faxed to 216-902-6278/6277. Responses shall include the following information: Reference number 70Z08319BPAT00100, 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/70Z08319BPAT00100/listing.html)
- Place of Performance
- Address: 8501 Tanner Williams Rd., Mobile, Alabama, 36608-8322, United States
- Zip Code: 36608-8322
- Zip Code: 36608-8322
- Record
- SN05127163-W 20181019/181017230504-19e4b6de5d0c474a279fd2ad0b2caabd (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 |