Louisiana Bids > Bid Detail

ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159509261409168
Posted Date: Dec 5, 2022
Due Date: Jan 3, 2023
Solicitation No: PNUM-21534536
Source: https://sam.gov/opp/3ce58c85b7...
Follow
ABATEMENT SAFE HOMES INITIATIVE AT DISTRICT 8 REPRESENTATIONAL FACILITY (D8 REPFAC) NEW ORLEANS, LA
Active
Contract Opportunity
Notice ID
PNUM-21534536
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
CEU MIAMI(00082)
Looking for contract opportunity help?

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.

General Information View Changes
  • 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
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    New Orleans , LA
    USA
Description

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.


Attachments/Links
Contact Information
Contracting Office Address
  • 15608 SW 117TH AVE
  • MIAMI , FL 33177
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >