Search Contract Opportunities

Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island   2

ID: 70Z0G125BSSNE0007 • Type: Presolicitation

Description

REPLACE FIRE ALARM AT U.S. COAST GUARD, NARRAGANSETT, RHODE ISLAND

70Z0G125BSNNE0007 SYNOPSIS ISSUE DATE: 5 February 2025

This synopsis is issued in accordance with FAR Part 14 and 19. This acquisition is a 100% Set-Aside to Small Businesses. The applicable NAICS Code is 238210 Electrical Contractors and Other Wiring Installation Contractors with a Small Business Size Standard of $19.0 Million. The Product Service Code is Z2AZ Repair or Alteration of Other Administrative Facilities and Service Buildings.

The United States Coast Guard, Civil Engineering Unit Providence (USCG CEUP), has a new requirement for a design build project to provide the removal of the existing and installation of a new fire alarm system in the MMB (multi-mission building) at U.S. Coast Guard, Station Point Judith, Narragansett, RI.

Scope of Work

The United States Coast Guard, Civil Engineering Unit Providence (USCG CEUP), has a new requirement for a design build project to provide the removal of the existing and installation of a new fire alarm system in the MMB (multi-mission building), fuel oil storage building, and emergency generator/FOG SIGNAL building. In addition, the Coast Guard requires design-build services to provide the removal of the existing and installation of a new fire alarm system in the and Boathouse at Galilee in Narragansett, RI. The contractor shall design and install an entirely new addressable class A fire alarm system that meets or exceeds all ADA requirements, state codes, and National Fire Protection Association (NFPA) codes in these buildings.

The estimated price range of this Project is between $250,000 and $500,000.

A solicitation for this requirement will be posted, along with the specifications and drawings, to SAM.gov on or about 20 February 2025. Sealed bidding procedures, in accordance with FAR Part 14, will be utilized.

The tentative date set for bid opening is 25 March 2025 at 2:00p.m., local time Warwick, RI.

Bids must be valid for a minimum of 60 days.

The period of performance is 270 calendar days from issuance of the Notice to Proceed.

All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date the Solicitation is issued on this website: http:/SAM.gov.

Any amendments to the solicitation will be posted on SAM.gov. Offerors are required to acknowledge all amendments with their bids.

Our office no longer issues solicitation or amendments in paper form. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site http:// SAM.gov. To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor]. In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors]. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.

THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST AN INVITATION FOR BID (IFB) AFTER FIFTEEN DAYS. THIS NOTICE IS NOT AN INVITATION FOR BID. BIDS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.

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.

Overview

Response Deadline
Feb. 19, 2025, 2:00 p.m. EST Past Due
Posted
Feb. 5, 2025, 1:23 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
RI 02882 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Odds of Award
71%
On 2/5/25 Coast Guard issued Presolicitation 70Z0G125BSSNE0007 for Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island due 2/19/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC Z2AZ.
Primary Contact
Name
Nadine Provost, Contract Specialist   Profile
Phone
(401) 736-1766

Secondary Contact

Name
Simon W. Leung, Contracting Officer   Profile
Phone
(401) 736-1785

Documents

Posted documents for Presolicitation 70Z0G125BSSNE0007

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 70Z0G125BSSNE0007

Incumbent or Similar Awards

Contracts Similar to Presolicitation 70Z0G125BSSNE0007

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 70Z0G125BSSNE0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 70Z0G125BSSNE0007

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > CEU PROVIDENCE(000G1)
FPDS Organization Code
7008-70Z0G1
Source Organization Code
100171786
Last Updated
March 1, 2025
Last Updated By
nadine.m.provost@uscg.mil
Archive Date
Feb. 28, 2025