SOLICITATION NOTICE
Z -- Installation of Motorized Hangar Doors
- Notice Date
- 7/31/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050
- ZIP Code
- 33131-3050
- Solicitation Number
- HSCG28-08-Q-7ABDH5
- Archive Date
- 9/6/2008
- Point of Contact
- Rea L. Hughes, Phone: 305-415-7083
- E-Mail Address
-
rea.l.hughes@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for non-commercial item prepared in accordance with the format at 52.213-4 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offer(s) being requested and a written solicitation will NOT be issued. The solicitation number is HSCG28-08-Q-7ABDH5, issued as a Request for Quotation.This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) code is 236220, size standard of $31.0 million. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13. The acquisition is for the Installation of Motorized Hangar Doors at Air Station Clearwater, FL. See Scope of Work Below: GENERAL REQUIREMENTS GENERAL: 1.1GENERAL DESCRIPTION: Provide all necessary labor to install owner furnished motorized hanger door motors and components. 12 motors in total and. 1.1.1All conduit, flex, steel, power boxes, controllers, hardware, and Hercules motorized door closers will be provided by Coast Guard 1.1.2All drawings will be provided to correctly install all electrical controllers and motors. Most all power will be three phase 480 volts. 1.1.3Coast Guard will provide one JLG Man lift. No other equipment will be provided by Coast Guard. 1.1.4Existing South West door will be used as the guide for all motorized door installations. 1.1.5Work area will have to be inspected by Air Port Fire Department before start of any “Hot Work.” 1.1.6Contractor will have to provide own fire extinguishers and fire watches during all “Hot Work.” 1.1.7Coast Guard will designate power load locations for each hanger door. LOCATION: 1.2 The work is located at U. S. Coast Guard Air Station Clearwater Fl. United States Coast Air Station Clearwater fl 15100 Rescue Way. Clearwater Fl, 33762 Phone: (727) 535-1437 ex 1550 or 1572 INSPECTION PRIOR TO BID: 1.3 Prospective bidders are STRONGLY encouraged to visit the site to familiarize themselves with the existing conditions. Arrangements for visiting the site may be made by contacting DC1 William Workman (Cell) 410-804-7009 or CWO Jeff Timberlake (Cell) 727-423-7586 Monday through Friday 0700 – 1500. 1.3.1For specific design and construction questions contact DC1 William Workman or CWO Jeff Timberlake Phone (727) 535-1437 ext. 1550 or ext. 1572 PROJECT PERFORMANCE TIME: 1.4 The total contract performance period shall be 45 work days which includes the time needed to approve all material submittals. After work at the site begins, the Contractor shall work continuously during normal working hours and show daily progress until all work is complete. DRAWINGS ACCOMPANYING SPECIFICATIONS: 1.5 Drawings are the property of the Government and shall not be used for any purpose other than those contemplated by the specification. AVAILABILITY OF UTILITY SERVICES: 1.6 Reasonable amounts of the following utilities will be made available to the Contractor without charge. Water, Electrical. UTILITY OUTAGES: 1.7 Before interrupting or shutting down any utility, make a request for the interruption to DC1 Workman or CWO2 Timberlake at least 2 working days before the anticipated interruption. Identify the utility, reason for interruption, proposed time of interruption, and duration of interruption. Do not interrupt utilities until authorized by DC1 Workman or CWO2 Timberlake. WORK COORDINATION: 1.8 The Contractor shall closely coordinate all work with DC1 Workman and Hangar Maintenance Control Office in order to maintain operational readiness. CONTRACTOR USE OF PREMISES: 1.9 The Contractor will be working on a Coast Guard operational military installation and will need an escort any time. Contractor will be familiar with and obey all Station fire, traffic, and security regulations. Personnel shall not stray from the immediate area of work or direct avenues of ingress and egress unless authorized in advance by DC1 Workman. STORAGE AREA: 1.10 The Contractor will be provided a storage area in a location determined by DC1 Workman. The Contractor shall be responsible for restoring the area to its original condition at the completion of the work. The Contractor shall be responsible for repair of any damage incurred to buildings or pavement as a result of storage activities. CLEANUP: 1.11 The Contractor shall keep the work area, including storage area, free from accumulations of waste materials on a daily basis and comply with all federal, state and local regulations pertaining to the storage, transport and disposal of wastes. The Contractor shall not use Coast Guard waste disposal facilities including garbage cans, trash piles or dumpsters. RECEIPT OF MATERIALS: 1.12 Shipment of equipment, materials, and supplies shall be addressed to the Contractor – not the Government. The Contractor must be on hand to accept shipments; the Government will not accept shipments. SECURITY: 1.13 The Contractor shall provide a list of names of all personnel who will be working on the site to DC1 William Workman prior to work commencing. The Contractor may submit a revised list at any time during the project as personnel change. Only personnel on the approved listing will be allowed on the site. 1.13.1 Contractor personnel shall carry proper identification (ID) when on site. Proper ID is defined as either the individual driver's license, or a company issued ID. The identification must be laminated, and show a facial picture of the individual. Individuals without proper ID will be escorted off the Coast Guard premises. WARRANTIES: 1.14 All warranties and/or guarantees, either implied or expressed, for individual equipment shall be endorsed to the Government. Company quotes must be on company letter-head and include the solicitation number, the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3. Offeror to quote a price for line item no. 1, To provide all labor, material and equipment for installation of Motorized Hangar Doors (12 total) at U.S. Air Station Clearwater. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of quote is 22 August 2008, at 3:30pm (EST); Commanding Officer, USCG ISC Miami (fp), 909 SE First Ave., Rm No. 512, Miami, FL 33131-3050 Attn: Rea Hughes; email at Rea.L.Hughes@uscg.mil or fax to 305-415-7092. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in FedBizOpps via an amendment(s).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c9efb2a4447cceba93d9fd90b2478fe&tab=core&_cview=1)
- Place of Performance
- Address: Commanding Officer, U.S. Coast Guard Station Clearwater, 15100 Rescue Way, Clearwater, Florida, 33177, United States
- Zip Code: 33177
- Zip Code: 33177
- Record
- SN01628172-W 20080802/080731223732-2c9efb2a4447cceba93d9fd90b2478fe (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |