Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2026 SAM #8887
SOURCES SOUGHT

Z -- Replace Roofs, U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140.

Notice Date
3/25/2026 1:17:36 PM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
BASE CLEVELAND(00030) CLEVELAND OH 44199 USA
 
ZIP Code
44199
 
Solicitation Number
BCLEV0036
 
Response Due
4/1/2026 12:00:00 PM
 
Archive Date
01/04/2027
 
Point of Contact
Timothy G. Arnold, Phone: 571-607-6564, Timothy G. Arnold, Phone: 571-607-6564
 
E-Mail Address
timothy.g.arnold@uscg.mil, timothy.g.arnold@uscg.mil
(timothy.g.arnold@uscg.mil, timothy.g.arnold@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT NOTICE to identify firms capable of performing Replace Roofs, U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140. Major work items include but are not limited to: Remove existing asphalt roof down to existing roof sheathing and provide new asphalt roof system at Station Building�s main roof area (approximately 32-foot by 46-foot), addition roof area (approximately 46-foot by 46-foot), and existing porch roof area (approximately 10-foot by 30-foot) and Boat House roof replacement, approximately 45-foot by 60-foot plan square footage; Mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $25K and $100K. The NAICS for this project is 238160 with a Small Business Size Standard of $19.0M. At a minimum, the prime contractor will be required to perform 25 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG Base Cleveland no later than April 01, 2026. The information may be submitted via email to the Contracting Officer at timothy.g.arnold@uscg.mil . Responses shall include the following information: Reference number70Z03026BCLEV0036, company name, address, SAM Unique Entity ID, point of contact, phone number, email address; and, the following information (items (a) through (f)). Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement: A positive statement of your intent to submit a bid on this solicitation as a prime contractor. A statement identifying your certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned). Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers. Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. State the number and occupations of employees in your firm. NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website. The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate for this procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/71afa61050e241fcb747a8d3ceb36c10/view)
 
Place of Performance
Address: Kenosha, WI 53140, USA
Zip Code: 53140
Country: USA
 
Record
SN07757565-F 20260327/260325230052 (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!  © 1994-2026, Loren Data Corp.