Similar Projects
Upgrade of Electrical Lightning and Ballasts with Electrical Disconnects
Renovation
Design
$2,000,000 CJ est. value
New Orleans, LA 70119

C1DA--667-22-703 EHRM Training and Admin Support Space - Shreveport, LA (VA-23-00039006)
Renovation
Design
$2,000,000 CJ est. value
Shreveport, LA 71101

RFQ Contractor - Y1DZ--Construct Information Technology Building Construction - Shreveport
New Construction, Infrastructure - 16,056 SF
Bidding
$20,000,000 CJ est. value
Shreveport, LA 71101

Camp Beauregard On-Post Distribution Resiliency Project, Camp Beauregard Training Site
Renovation
Post-Bid
$50,000,000 CJ est. value
Pineville, LA 71360

New Administration, Emergency Operations and Warehouse Building, Camp Beauregard - Louisiana Engineering Selection Board
New Construction, Infrastructure
Post-Bid
$3,360,000 CJ est. value
Pineville, LA 71360

Building 119 Renovation
Renovation
Results
$3,800,000 CJ est. value
New Orleans, LA 70112

New Administration and Emergency Operations Building Camp Beauregard, Pineville, Louisiana
New Construction, Infrastructure - 9,460 SF
Results
$2,599,000 CJ est. value
Pineville, LA 71360

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

Cercla Remedial Investigation and Response Actions at Former England Air Force Base, Lousinana
Term Contract
Design
Alexandria, LA 71301

Latrine Upgrades, Shreveport Readiness Center - LA Department of Administration
Renovation
Post-Bid
$43,000 CJ est. value
Shreveport, LA 71107

C1DA--629-22-703 EHRM Training and Admin Support Space Design - New Orleans VAMC (VA-23-00039866)
Renovation
Design
$5,000,000 CJ est. value
New Orleans, LA 70119

Building 204 Replacement , Camp Beauregard
New Construction
Post-Bid
$800,000 est. value
Pineville, LA 71360

Fort Johnson Job Order Contract (JOC)
Term Contract
Design
Fort Polk, LA 71459

Army Combat Fitness Test (ACFT) Field, Camp Cook
New Construction, Infrastructure
Post-Bid
$677,250 CJ est. value
Ball, LA 71405

55--Range maintenance #2 lumber
Term Contract
Design
Fort Polk, LA 71459

Last Updated 10/06/2023 10:43 AM
Project Title

RFQ- Facilities Maintenance Services at Base New Orleans, LA

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70129   (Orleans County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is not a solicitation announcement. This is a sources synopsis only pursuant to FAR Part 10, Market Research. This is NOT a request for proposals and in no way obligates the Government to any contract. The purpose of this sources synopsis is to gain knowledge of commercially products/ that may be of interest to the United States Coast Guard (USCG). The USCG Director of Operational Logistics, Commercial Support Branch (DOL-93) has a requirement for Facilities and Groundskeeping at Base New Orleans, New Orleans, Louisiana. The contract will consist of a base year with four options years, if exercised by the government, with an anticipated start date of April 2024. Summary of The work is to provide personnel, management, supervision, materials, supplies, equipment, tools, transportation and other items or (except as stated herein) necessary to perform grounds and facilities to maintain a safe, clean, and healthy environment for all residents, military and civilian personnel, and members of the public. To accomplish this mission, it is essential that the properties and facilities of the area specified herein have qualified grounds as required. 1. The facility resides on approximately 26 acres of property and comprises four buildings (Administration, Industrial Production Facility, Mardi Gras float storage building, and Fire pump house), waterfront pier space, three pavilions, a walking path, buoy storage yard, recreation volleyball court. There are three USCG tenant commands on the property, Base New Orleans, Industrial Production Facility (IPF), and Aids to Navigation Team (ANT) New Orleans. The Base operates year-round. 2. Facilities Support/Groundskeeping shall include but are not to: grass cutting/mowing, edging, weed control, pruning of trees and shrubs, tree removal, mulching, flower bed planting and debris clearing. Grass cutting/mowing will be cut and maintained at 4 inches. 3. Facilities shall include but are not to: roofing, HVAC, fire extinguishers, fire alarms, electrical and plumbing. 4. Preventative of facilities and equipment shall be completed either on a monthly, quarterly, semi- or basis following Coast Guard guidance and requirement. The Contractor shall provide all personnel, equipment, tools, materials, labor, licenses, transportation and other items and necessary to provide facilities and groundskeeping as defined in the upcoming Work Statement (PWS). The Contractor and subcontractors shall licensed or certified personnel in accordance with the State of Louisiana. shall be required on a weekly, monthly, bi- and basis. All consumables and tools for preventative shall be supplied by the contractor. Replacement parts shall meet or exceed all manufacturer's recommendations. The Contractor shall be responsible for the management of the total facilities identified in the upcoming PWS. The to be performed will rely heavily on knowledgeable, experienced, individuals capable of servicing the facilities in an orderly, clean, and environmentally healthy manner. This notice is to assist the USCG in determining potential sources only. All firms responding to this sources notice are advised that their response to this notice is not a request to be considered for a contract . Reimbursement will not be made for any costs associated with providing information to this sources . All interested parties must respond to any subsequent solicitation notice published on the Federal Business Opportunities website, www.SAM.GOV. Competition and - decisions may be based on the results of this market research. Companies wishing to be considered for this project should send a capability statement to angela.m.barker@uscg.mil. Please provide the following information to support your company's ability to perform this work: 1. A capability statement that explains what type of work your company has experience performing. Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it. If only interested in a portion, please be specific on what identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc. 2. Past in this area including: Contract Number, type of contract Length of contract Customer: (Agency or business), Contact information including name, address, telephone no., address. Description of work Contract Dollar Date of and Completion (including extensions) Type and Extent of Subcontracting Quality of , Contract Schedule, and Customer Relations Problems encountered and corrective action taken Telephone responses will NOT be accepted. Responses are requested no later than 4:00pm Pacific Standard Time, Thursday, 19 October 2023. Thank you for your time and interest with his requirement. The Method of Contractor Selection has not been determined at this Time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents