SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. To protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
The U.S. Coast Guard is considering whether to set aside an acquisition for HUB Zone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns. The applicable North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction, with a small business size standard $45.0 Million. The estimated value of the procurement is between $1,000,000 and $5,000,000. Bid, payment and performance bonds will be required.
The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel, equipment, capability and bonding capacity for structural repair and replacement of 5 Aids to Navigation (ATON) structures with an optional bid item to remove 1 ATON structure in Eastern Maine. The work is in U.S. Coast Guard Sector Northern New England Area of Operation (AOR). The ATON assets are listed below:
LLNR 5365, Merry Island Daybeacon 15
LLNR 1945, Guptill Ledge Daybeacon 6
LLNR 1305, Emms Rock Light 9
LLNR 925, Clark Ledge Daybeacon 3
LLNR 4270, Porterfield Ledge Daybeacon
LLNR 4100, Drunkard Ledge Daybeacon
In accordance with FAR Part 19, if your firm is one of the above small business concerns and intends to submit an offer on this acquisition, please respond by email to daniel.b.walker@uscg.mil with Sources Sought Notice 70Z0G125SABCD0077 in the subject line. Your response should include the following:
(a) A positive statement of your intent to submit a bid for this solicitation as prime contractor.
(b) a statement identifying your certified small business designation.
(c) evidence of bonding capacity to the maximum magnitude of the project, to include both single and aggregate totals; and,
(d) evidence of experience similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers.
Your response is required no later than 4:00 PM EST, March 26, 2025. All the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.