The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns, other Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction, with a small business size standard of $36.5 Million. The estimated value of the procurement is between $1,000,000 and $5,000,000. Performance and/or Payment bonds will be required.
The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work:
The project scope includes all labor, materials, equipment, transportation, supervision and disposal required for repairs to two aircraft hangar buildings: Clean, prime and repaint all main building frames (including base plates and angle braces to roof purlins and wall girts), crane rails and hangers, wall girts, metal siding panels (interior), gable end-wall framing above hangar doors, and upper door tracks; Replace hangar door outriggers (4) and repair and replace wall and roof flashing at outriggers; Repair and strengthen hangar door frames (6 individual door panels); Tighten existing roof and wall tension brace rods. Install additional bracing rods; Install additional wall girts; Add wind-clips to existing standing lean-to standing seam roof areas. Work will be completed at Air Station Clearwater, Clearwater, FL. The performance period is estimated to be 490 days from issuance of Notice to Proceed.
If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to [email protected] with "Sources Sought Notice
70Z0G1-18-S-REPAIR_ASCW_HANGARS" in the subject line or by fax to (401) 736-1704.
Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful work similar in scope and magnitude to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 20 December 2018. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside, however, limit responses to four (4) pages.