SOLICITATION NOTICE
Z -- TROUBLESHOOT AND REPAIR BASE-WIDE FIRE ALARM SYSTEM, U.S. COAST GUARD BASE BOSTON, BOSTON, MA PSN 19818513
- Notice Date
- 7/2/2025 5:10:33 AM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G125BBB0S0115
- Response Due
- 8/19/2025 11:00:00 AM
- Archive Date
- 09/19/2025
- Point of Contact
- Christopher L. Hunsberger, Phone: 4017361765, Daniel B Walker, Phone: 4016023518, Fax: 4017361704
- E-Mail Address
-
Christopher.L.Hunsberger2@uscg.mil, Daniel.B.Walker@uscg.mil
(Christopher.L.Hunsberger2@uscg.mil, Daniel.B.Walker@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The contractor shall provide all labor, materials, equipment, transportation, supervision and disposal required to troubleshoot and repair the Base-wide Fire Alarm System located at U.S. Coast Guard Base Boston, 427 Commercial Street, Boston, MA. All work shall be accomplished in strict accordance with Specifications PSN 19818513 and Drawings 19818513. The base bid consists of six (6) buildings as identified below. There is an option item, for three (3) buildings as identified below. Base Bid A) Building 1 B) Building 4 C) Buildng 8 D) Building 14 E) Building 15 F) Building 16 Optional Bid Items A) Building 7 B) Building 11 C) Building Sand Shed The estimated value of the procurement is between $1,000,000 and $5,000,000. A 20% bid guarantee is required. Performance and Payment Bonds will be required. The applicable NAICS Code is 238210 � Electrical Contractors and Other Wiring Installation Contractors with a Small Business Size Standard of $19.0 Million. Solicitation packages will be available on or about 17 July 2025. The tentative date set for receipt of bids is 19 August 2025 at 2:00p.m., local time Warwick, RI. The period of performance is 240 calendar days from issuance of the Notice to Proceed and the option performance period is estimated to be 60 calendar days to be exercised at the Contracting Officers discretion. Bids must be valid for a minimum of 90 days. This acquisition is issued pursuant to FAR Part 14 Sealed Bidding and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue of the IFB at the following site: https://www.sam.gov. Vendors MUST be registered in the System for Award Management database through https://www.sam.gov in order to receive a federal government contract. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors]. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST AN INVITATION FOR BID (IFB) AFTER FIFTEEN DAYS. THIS NOTICE IS NOT AN INVITATION FOR BID. BIDS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b352e295784545edad02573e5aec679c/view)
- Place of Performance
- Address: Boston, MA, USA
- Country: USA
- Country: USA
- Record
- SN07497337-F 20250704/250702230044 (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 |