Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2025 SAM #8553
SOLICITATION NOTICE

Z -- REPAIR ATON AND DEMO ATON AT VARIOUS LOCATIONS IN WOODS HOLE, USCG DISTRICT 1, PSN#18632375

Notice Date
4/25/2025 8:02:48 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
 
ZIP Code
02886
 
Solicitation Number
70Z0G125BSSNE0114
 
Response Due
6/11/2025 11:00:00 AM
 
Archive Date
07/11/2025
 
Point of Contact
Christopher L. Hunsberger, Phone: 4017361765, Daniel B Walker, Phone: 4017361764, Fax: 4017361704
 
E-Mail Address
Christopher.L.Hunsberger2@uscg.mil, Daniel.B.Walker@uscg.mil
(Christopher.L.Hunsberger2@uscg.mil, Daniel.B.Walker@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal required for the structural repair and Repair or recapitalize structures and demolish ATON structures in the CG ANT Woods Hole AOR. The base bid consists of nine (9) ATON assets, as identified below. There is an option item, for one (1) ATON asset as identified below. Base Bid A) Cape Cod Canal Eastern Entrance Range Front Light (RPUID 52751, LLNR 13080) B) Cape Cod Canal Eastern Entrance Range Rear Light (RPUID 52752, LLNR 13085) C) Collier Ledge Isolated Danger VAIS (LLNR 14686) D) Falmouth Inner Harbor Light 1 (RPUID 52623, LLNR 15110) E) Nantucket East Breakwater Light 3 (RPUID 52656, LLNR 15150) F) Nantucket Harbor Range Rear Light (RPUID 52658, LLNR 15165) G) Nantucket Harbor Range Front Light (RPUID 52657, LLNR 15160) H) Southwest Rock Daybeacon (RPUID 52659, LLNR 14712) I) Saquatucket Harbor East Jetty Light 6 (RPUID 52686, LLNR 14050) Optional Bid Item a) Broadway Daybeacon-Rock Socket 3 (LLNR 15760) The estimated value of the procurement is between $1,000,000 and $5,000,000. A 20% bid guarantee is required. Performance and Payment bonds will be required. The applicable North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction with a small business size standard of $45.0 million. Solicitation packages will be available on or about 12 May 2025. The tentative date set for receipt of bids is 11 June 2025 at 2:00 p.m. The base performance period is estimated to be 240 calendar days from issuance of Notice to Proceed and the option performance period is estimated to be 60 calendar days to be exercised at the Contracting Officers discretion. This acquisition is issued pursuant to FAR Part 14 Sealed Bidding and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue of the IFB at the following site: https://www.sam.gov. Vendors MUST be registered in the System for Award Management database through https://www.sam.gov in order to receive a federal government contract. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6c5f7c84c2d342d68ac313bd7538ab29/view)
 
Place of Performance
Address: Woods Hole, MA, USA
Country: USA
 
Record
SN07422018-F 20250427/250425230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.