Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought Notice

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 23, 2024 02:07 pm EST
  • Original Response Date: Feb 06, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Hudgins , VA
    USA

Description

In accordance with Federal Acquisition Regulation (FAR) 52.215‐3, “Request for Information or Solicitation for Planning Purposes” this Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the U.S. Coast Guard. 
The U.S. Coast Guard’s Civil Engineering Unit is conducting a market survey and is seeking qualified companies to provide professional Services to Construct ANT Building at U.S. Coast Guard ANT Milford Haven, Hudgins, VA. 
PROJECT DESCRIPTION: 
The Coast Guard is issuing this request for information (RFI) for market research purposes to identify interested parties that can provide the resources to support this requirement and utilize current industry practices and offerings, etc. for the following: 
1.1 Sitework:
1.1.1 Four existing buildings – MK Shop, BM Shop, ANT Building and Locker Room shall all
be demolished. The demolition shall include removal of all foundations, elevated
concrete slabs, and cutting and capping all existing utilities. The existing concrete slab
between the water edge and the four buildings being demolished shall also be removed.
The demolition of the buildings shall not occur until the new ANT Storage Building is
complete.
1.2 Construction of a new ANT Storage Building:
1.2.1 The 4,239 s.f. building shall be located near the main entry of the base. An existing
house shall be demolished where the new ANT Storage Building shall be built. The new
building shall be a wood structure with composite siding and an asphalt shingle roof. A
new drive shall be provided for boat access into the boat storage area. The ANT Storage
Building program shall contain the spaces:
A. Three (3) offices, four (4) work stations and a plan/chart file area.
B. Administrative storage closet and a computer server closet.
C. Locker Room – male (7) and female (3), common washdown/drying area
D. Single use men and women restrooms including a shower unit in each restroom.
E. Laundry Room.
F. Janitor’s Closet
G. Battery charging room and Hazmat storage closet.
H. Boat Bay – 50’ long minimum, 20’ high minimum.
I. BM Shop and MK Shop.
J. Area for storing forklift.
K. Mezzanine area for storage.

PROCURMENT INFORMATION: 
The proposed project will be a competitive, firm‐fixed‐price construction project outlined in FAR Part 36. The North American Industry Classification System (NAICS) code 236210 applies to this procurement. This project is planned for advertising  March 2024. In accordance with FAR 36.204, the estimated price range is between $1,000,000 and $5,000,000. The duration of the project is currently estimated at 147 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio‐economic set‐aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. 
Disclaimer: There is no solicitation currently. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities SAM.GOV website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. 
Request: Please provide the following information: 
1)    Organization name 
2)    Address 
3)    Website 
4)    Point of contact name 
5)    Point of contact email address 
6)    Point of contact telephone number 
7)    Socioeconomic status 
8)    Unique Entity Identifier 
9)    What information and/or resources would you typically need from the government to perform this effort? 
10)    Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. 
11)    What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? 
12)    Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. 
13)    Provide organizational and staff capability. 
14)    If significant subcontracting or teaming is anticipated, organizations should address the logistical, administrative, and management structure of such arrangements. 
Submission Instructions: Interested parties are invited to submit a response to the above by February 6th, 2024- 12:00pm EST. All responses and questions regarding this RFI must be emailed to Connie Taylor at connie.s.taylor@uscg.mil. 

Contact Information

Primary Point of Contact

Secondary Point of Contact





History