ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159509261409168 |
Posted Date: | Dec 5, 2022 |
Due Date: | Jan 3, 2023 |
Solicitation No: | PNUM-21534536 |
Source: | https://sam.gov/opp/3ce58c85b7... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Dec 05, 2022 01:27 pm EST
- Original Published Date: Dec 01, 2022 05:31 pm EST
- Updated Response Date: Jan 03, 2023 02:00 pm EST
- Original Response Date: Jan 02, 2023 02:00 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 562910 - Remediation Services
-
Place of Performance:
New Orleans , LAUSA
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: PNUM - 21534536 ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA.
The work includes furnishing all labor, supervision, equipment, materials, and tools to Abate all lead-Based Paint (LBP) surfaces located on interior and exterior of the housing unit (abatement by encapsulation is not permitted); remove lead contaminated soil in crawl space under the housing unit; remove five (5) existing windows and install five (5) new historically accurate single-hung wood windows to match existing.
The performance period will be one thirty-three (133) calendar days. The estimated value of this procurement is between $250,000 and $500,000. The applicable North American Industry Class System (NAICS) 2022 code is 562910. The small business size standard has an annual gross receipt of $22 million.
Bid, Payment, and Performance Bonds are REQUIRED.
The following are tentative dates for this project:
Solicitation Issued: February 2023
Bid Opening: March 2023
Contract Performance Completion: September 2023
The solicitation and plans in its entirety and any amendments will be available at no charge online at https://sam.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 19.203, 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 sandy.n.guite@uscg.mil with “Sources Sought PNUM - 21534536 ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA” 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) Sam Unique Entity ID (SUEI) 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 and 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program.
Responses are required no later than 3 January 2023 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.
- 15608 SW 117TH AVE
- MIAMI , FL 33177
- USA
- Sandy Guite
- sandy.n.guite@uscg.mil
- Ada Hoggard
- Ada.M.Hoggard@uscg.mil
- Dec 05, 2022 01:27 pm ESTSources Sought (Updated)
- Dec 01, 2022 05:31 pm EST Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.