The RFP Database
New business relationships start here

REPLACE CONCRETE & DELUGE DRAINS AT USCG AIR STATION HOUSTON, TEXAS


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

PLEASE NOTE: This Sources Sought has been replaced by Sources Sought 70Z08219BPMV03500 posted April 16, 2019.

New responses are due 30 April 2019, 2:00pm EST


***********************************
Please be advised this requirement is A


TOTAL SMALL BUSINESS SET-ASIDE


  SUMMARY OF WORK: Contractor shall provide all labor, equipment; tools; materials and supervision necessary to perform demolition and repair areas of concrete apron pavement. Repair concrete drainage trench inside hangar and construct new concrete pavement in areas of demolished pads. Demolish 11 bollards and repair surface flush with existing concrete. Remove existing and replace apron-ramp markings/stripping. Stripping location to match existing location. Provide as-built drawing of existing markings with dimensions and radius prior to repainting.  The performance of work would include three optional items (1) Demolish and remove existing underground oil water separation system consisting of two tanks and replace with new within 48 hours. (2) Provide repairs and new interior coating and exterior coating for fire water tank and (3) Provide repairs and new interior coating and exterior coating for fire water tank, to include Paint 15-foot diameter U.S. Coast Guard Air Station Houston logo. The following unit price items shall be separately priced:



       •1)   Stripping per one linear foot Continuous 6" 
             yellow on 12" black. Provide glass beads

•2)   Stripping per one linear foot Continuous 6" red on 12" black. Provide glass beads

•3)   Stripping per one linear foot Continuous 6" white on 12" black. Provide glass beads

•4)   Repair concrete ramp pavement including base per square yard.

•5)   Repair concrete drainage trench including grate per one linear foot.

•6)   Repair concrete pavement (non-aircraft areas) including base per square yard.

 The performance period will be 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) 2016 code is 238110.  The small business size standard is a three-year average annual gross receipt of $15.0 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency.

LOCATION: Coast Guard Air Station Houston 1178 Ellington Field JRB, Texas 77034-5569

NOTICE: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. SEE CLAUSE 52.232-18- "AVAILABILITY FO FUNDS"

NOTICE OF ORGANIZED SITE VISIT: IN ACCORDANCE WITH FAR 52.236-27 PARAGRAPH (b) and (c), SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (Feb 1995):

(b) An organized site visit will be schedule.

(c) Participants will meet at 178 Ellington Field JRB, Texas 77034-5569 unless other specified

All participants must send an email to the POC on site when the solicitation is posted with all personnel full name, company name and a good contact number so your company can gain access to the location.

Offerors are requested to review this entire IFB upon receipt. If an offeror has any questions regarding the solicitation which require an answer from the issuing office, these questions shall be submitted, in writing, referencing each section(s) and paragraph(s) of solicitation, to the U.S. Coast Guard, Civil Engineering Unit Miami, 15608 SW 117 Avenue, Miami, FL 33177. The deadline for submitting Requests for Information (RFIs) will be posted within the solicitation; any RFI's received after this date the Government cannot guarantee an answer. A final amendment with questions and answers will be issued approximately 5 days prior to proposal due date.


Posted May 25, 2018

------------------------------------------------




Please be advised Response for this SOURCES SOUGHT NOTICE has been changed from June 11, 2018 to NOW MAY 25, 2018.

         Posted May 17, 2018

------------------------------------------------

FBO NOTICES



70Z082-18-B- PMV134-00 - REPLACE CONCRETE & DELUGE DRAINS AT USCG AIR STATION HOUSTON, TEXAS

THIS IS A SOURCES SOUGHT NOTICE TO IDENTIFY INTERESTED CONTRACTORS TO DETERMINE THE SET-ASIDE:

This project will demolition and repair areas of concrete apron pavement. Repair concrete drainage trench inside hangar and construct new concrete pavement in areas of demolished pads. Demolish 11 bollards and repair surface flush with existing concrete. Remove existing and replace apron-ramp markings/stripping. Stripping location to match existing location. Provide as-built drawing of existing markings with dimensions and radius prior to repainting.  The performance of work would include three optional items (1) Demolish and remove existing underground oil water separation system consisting of two tanks and replace with new within 48 hours. (2) Provide repairs and new interior coating and exterior coating for fire water tank and (3) Provide repairs and new interior coating and exterior coating for fire water tank, to include Paint 15-foot diameter U.S. Coast Guard Air Station Houston logo. The following unit price items shall be separately priced:

•1)   Stripping per one linear foot Continuous 6" yellow on 12" black. Provide glass beads

•2)   Stripping per one linear foot Continuous 6" red on 12" black. Provide glass beads

•3)   Stripping per one linear foot Continuous 6" white on 12" black. Provide glass beads

•4)   Repair concrete ramp pavement including base per square yard.

•5)   Repair concrete drainage trench including grate per one linear foot.

•6)   Repair concrete pavement (non-aircraft areas) including base per square yard.


The performance period will be 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) 2016 code is 238110.  The small business size standard is a three-year average annual gross receipt of $15.0 million. Bid, payment, and performance bonds are required. All responsible sources eligible under the set-aside may submit a bid which shall be considered by this agency.

The following are tentative dates for this project:

Solicitation issued: July 2018

Bid Opening: August 2018

Contract Performance Completion: April 2019

The solicitation and plans in its entirety and any amendments will be available at no charge online at http://www.fbo.gov ; or under the above solicitation number.

The U.S. Coast Guard is considering whether or not to set aside this acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Small Business concerns. At the present time, this acquisition is expected to be issued as a Small Business set-aside. However, in accordance with FAR 19.1303 and FAR 19.1403, if your firm is HUBZone certified or a Service-Disabled Veteran-Owned Small Business (SDVOSB) and intends to submit an offer on this acquisition, please respond by e-mail to marvin.c.bethel@uscg.mil ; with "Sources Sought for Solicitation Number 70Z08218BPMV13400 in the subject line. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following:  (a) a positive statement of your intent to submit a bid for this solicitation as a prime contractor; (b) a statement identifying your certified small business designation; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. Contractors are reminded that should this acquisition become a HUBZone or SDVOSB set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside or 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply. Response is required by May 25, 2018. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone or Service-Disabled Veteran-Owned Small Business set aside.






Please be advised this requirement is 


TOTAL SMALL BUSINESS SET-ASIDE


Cheryl A Berry, Contract Specialist, Phone 3052786763, Email cheryl.a.berry@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP