The RFP Database
New business relationships start here

REPLACE CONCRETE & AIRCRAFT MARKINGS AT USCG AIR STA. HOUSTON, TX


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ABSTRACT OF OFFERS ATTACHED 09/04/2019

*******************************************************************************************

SOLICITATION AMENDMENT 0002 POSTED 8/23/2019--BID SUBMISSION DATE EXTENDED TO SEPTEMBER 4, 2019 AT 2:00PM EST


*******************************************************************************************
SOLICITATION AMENDMENT 0001 POSTED 8/15/2019--BID SUBMISSION DATE REMAINS UNCHANGED

*******************************************************************************************
ADDITIONAL FILES UPLOADED 8/15/2019--Attachments, Reference Drawings

*******************************************************************************************
SOLICITATION: Invitation for Bid is Attached-- JULY 25, 2019

*******************************************************************************************

PRE-SOLICITATION NOTICE:  This solicitation is being set aside for Total Small Business Concerns

*******************************************************************************************

SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: 70Z08219BPMV03500 REPLACE CONCRETE AND AIRCRAFT MARKINGS AT USCG AIRSTA. HOUSTON, TEXAS

The work includes furnishing all labor, supervision, equipment, materials, and tools to perform the following tasks as indicated below:


Demolition and replacement of concrete apron. NOTE: No jackhammering, chipping or impact-type tools are allowed. Demolition shall be done using circular saw with integral vacuum and wet dust suppression system. All saw cutting shall require a physical barrier with filtration. Repair concrete drainage trench inside hangar. Demolish existing equipment concrete pads on exterior North side of hangar and construct new concrete pavement in areas of demolished pads. Demolish eleven (11) bollards and repair surface flush with existing concrete. Remove existing and replace apron-ramp markings/stripping. Stripping location to match existing. Provide as-built drawing of existing markings with dimensions and radius prior to repainting. Abate LBP, asbestos and heavy metals as impacted by construction. Work shall be performed in stages to allow USCG aircraft access to hangar at all times.


The performance period will be two hundred eighty (280) calendar days. The estimated value of this procurement is between $1,000,000 and $5,000,000. The applicable North American Industry Class System (NAICS) 2017 code is 238110. The small business size standard has an annual gross receipt of $15 million.


Bid, Payment, and Performance Bonds are REQUIRED.


The following are tentative dates for this project:


Solicitation Issued: May 2019
Bid Opening: June 2019
Contract Performance Completion: June 2020

The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov under the above solicitation number.
The U.S. Coast Guard is considering whether or not to set aside this acquisition for Women-Owned (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns At present, this acquisition is expected to be issued as a Small Business Set-Aside. However, in accordance with FAR 19.1303, FAR 19.1403, and FAR 19.1505, if your firm is HUBZone certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) and intends to submit an offer for this acquisition, please respond via email to cheryl.a.berry@uscg.mil with "Sources Sought 70Z08219BPMV03500 REPLACE CONCRETE AND AIRCRAFT MARKINGS AT USCG AIRSTA. HOUSTON, TEXAS" in the subject line.


Please reference the above solicitation number in all correspondence pertaining to this project. Your response MUST include the following: (a) a positive statement of intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying you are a certified small business designation; (c) evidence of experience with work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals; (e) business set-aside; (f) DUNS. Contractors are reminded that should this acquisition become a set aside concern, the following FAR Clauses will apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside; FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-30 Notice of Set-Aside for, or Sole Source Award to Women-Owned Small Business.


Responses are required no later than 30 April 2019 at 2:00 PM EST. All of the above MUST be submitted in sufficient detail for a decision to be made on a HUB Zone, Service-Disabled Veteran-Owned Small Business, or Women-Owned Small Business set aside.


Cheryl A Berry, Contract Specialist, Phone 3052786763, Email cheryl.a.berry@uscg.mil - Michael A. Iffland, Contract Specialist, Phone 3052786722, Email michael.a.iffland@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP