Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2023 SAM #8051
SOLICITATION NOTICE

Z -- Major Maintenance and Repair - USCG Sector Field Office (SFO) Moriches

Notice Date
12/11/2023 10:28:58 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
 
ZIP Code
02886
 
Solicitation Number
70Z0G124BSLIS0001
 
Response Due
1/30/2024 11:00:00 AM
 
Archive Date
02/14/2024
 
Point of Contact
Teresa Lamphere, Sean Waldron
 
E-Mail Address
Teresa.L.Lamphere2@uscg.mil, sean.e.waldron@uscg.mil
(Teresa.L.Lamphere2@uscg.mil, sean.e.waldron@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Coast Guard, Civil Engineering Unit Providence (USCG CEUP), has a requirement for�major maintenance and repair to the station building and boathouse at USCG Sector Field Office Moriches, located in East Moriches, NY. The contractor shall provide all supervision, labor, tools materials, transportation, and equipment to complete the work. Base Bid work includes HVAC, electrical, architectural, communication and plumbing systems, limited electrical work to the site engineering building and shop, including but not limited to the following: Abatement of hazardous materials and removal of piping with asbestos containing insulation, gypsum board, plaster on lathe, painted wood materials, materials with universal wastes, and the existing fire alarm system. Provide replacement fire alarm and automatic sprinkler systems; gypsum board wall surface at all interior partitions and interior face of all exterior walls, interior finishes inclusive of wood or resilient base, carpet, floor and wall tile, and suspended ceilings. Removal and replacement of all interior doors with frames including wood door casing trims and wood bases. Paint finish on all. Provide Wood trim at exterior wall windows, remove casing trim for exterior wall gypsum board work, and provide new trim. Provide foil-faced mineral wool batt thermal insulation in the ceiling joists of overhead and attic spaces, in the roof rafters of sloped ceilings, and in attic knee wall spaces. Provide attic roof ventilation system including shingle-over ridge vent and continuous eave venting; foil-faced mineral-wool thermal batt insulation in the walls, floors and roofing areas separating conditioned from unconditioned spaces; attic-roof ventilation system including shingle-over ridge vent and soffit venting; and sound attenuation mineral-wool batt insulation in interior partitions. Demolish the galley kitchen in room 202 and provide a galley kitchen in room 123 complete with finishes, case work and appliances. Remove stair to mezzanine in room 123, closet and storage below stair, and guardrail at mezzanine. Demolish and renovate all existing restrooms complete with fixtures and finishes. Remove existing wood stair #2 from room 202 to room 203 (central wing, training room) and reconfigure existing structure of floor and wall framing for code-compliant wood egress stair. Relocate server room from room 104 to the second floor in room 215. Provide fire rated doors with frames at all doors accessing stair, closers, and magnetic hold-opens tied to the building's fire alarm system. Remove and replace all existing interior lighting in the Station BLDG/Boathouse with LED lighting. Provide standby generator and transformer and an exterior galvanized steel platform with open grating for support of electrical equipment. Remove and replace branch wiring. Replace existing HVAC system in its entirety, including the hot water boiler, radiators, pumps, and piping and replace with a new geothermal system with water source heat pumps and ground loop. Each water source heat pump to have standalone controls responding to wall thermostat. There will not be a central BMS for this building. Remove and replace all existing sanitary piping and domestic water piping back to the first floor mechanical room. In addition to the base bid, the project includes seven (7) optional bid items as follows:�OBI #1 Reconfigure Overhead Door,�OBI #2 Repair & Insulate Crawl Space,�OBI #3 Enclose Egress Stair,�OBI #4 Construct Egress Stair Training Room,�OBI #5 Repair Exterior Lighting, OBI #6 Repair Epoxy Floors Eng Bay, OBI #7 Replace C5I Telecoms. A solicitation for this requirement will be posted, along with the specifications and drawings, to SAM.gov on or about 26 December 2023. Sealed bidding procedures, in accordance with FAR part 14, will be utilized. The tentative date set for bid opening is 30 January 2024 at 2:00 PM EST. Bids must be valid for a minimum of 60 days. This acquisition is a 100% Total Small Business Set-Aside. The applicable NAICS Code is 236220, Commercial and Institutional Building Construction; Small Business Size Standard is $45 million. The estimated price range of this project is between $5,000,000 and $10,000,000. The period of performance is 615 after issuance of the Notice to Proceed. Any amendments to the solicitation will be posted on SAM.gov. Offerors are required to acknowledge all amendments with their bids. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS PRESOLICITATION.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf4067b89d104dd6aafd341feb192c83/view)
 
Place of Performance
Address: East Moriches, NY 11940, USA
Zip Code: 11940
Country: USA
 
Record
SN06908468-F 20231213/231211230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.