SOLICITATION NOTICE
N -- HURRICANE SHUTTER INSTALLATION AIRSTA SAVANNAH - SF 1442 - WAGE DETERM - STATEMENT OF WORK
- Notice Date
- 8/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
- ZIP Code
- 33131-3050
- Solicitation Number
- HSCG-12-N-PMW131
- Archive Date
- 9/22/2012
- Point of Contact
- PEDRO TIRADO, Phone: 3054157088, GREG HOUGHTON, Phone: 5864197706
- E-Mail Address
-
PEDRO.TIRADO@USCG.MIL, greg.a.houghton@uscg.mil
(PEDRO.TIRADO@USCG.MIL, greg.a.houghton@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK FOR HSCG-12-N-PMW131 WAGE DETERM GA 31409 SF 1442 SOLICITATION This combined synopsis/solicitation for commercial services is prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR). Air Station Savannah requires the installation of permanent hurricane shutters for the north facing windows on the Operations building. The solicitation number is HSCG28-12-N-PMW131. Some Applicable North American Industry Classification Standard (NAICS) codes are:332321/332999/236220/236210 The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.Quotes are to be received no later than close of business(4 p.m.)on September 7,2012. Faxed quotations will be accepted at 305-415-7092. SCOPE of WORK See attached SOW for complete requirements. The estimated price of this requirement is $38,000 to $48,000. Quotes will be evaluated on lowest cost technically acceptable. FAR 28.102-1 states construction contracts greater than $30,000 but less than $150,000, the selected supplier shall provide a Payment Bond. Quotes are to be received no later than close of business (4 p.m.) on September 7, 2012. Faxed quotations will be accepted at 305-415-7092. Quotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) Attn: Pedro Tirado 909 SE 1st Ave, Room 512 Miami, FL 33131. Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in FEDBIZOPS (www.fbo.gov). Wage determinations: GA31409 08/24/2012 Construction type: Building SCOPE OF WORK: See attached SOW for the complete statement of requirements. Performance Period: Contractor will be provided a 30 day period for completion of project once a start date has been agreed upon by the Contracting Officer’s Technical Rep and Contractor. Site visit: is highly recommended that prospective bidders arrange for a site visit with the Facilities Engineering Officer or his direct representative to visually inspect the areas that are listed on the Scope of Work. Facilities Engineer can be reached at 586-419-7706, LCDR GREG HOUGHTON. Work hours: Monday through Friday, 0800 – 1700 ( 8 a.m – 5 p.m) No weekends or Holidays. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far Fixed-Price Construction Contract Clauses The following Clauses are incorporated by Reference FAR52.204-7Central Contractor Registration (Feb 2012) FAR52.204-9Personal Identity Verification of Contractor Personnel (Jan 2011) FAR52.213-4Terms and Conditions-Simplified Acquisition (Other Than Commercial Items) (Mar 2012) FAR52.219-1Small Business Program Representations (Apr 2012) FAR52.219-6Notice of Total Small business Set-Aside (Nov 2011) FAR52.222-3Convict Labor (Jun 2003) FAR52.222-6Davis-Bacon Act (Jul 2005) FAR52.222-7Withholding of Funds (Feb 1988) FAR52.222-8Payrolls and Basic Records (Jun 2010) FAR52.222-9Apprentices and Trainees (Jul 2005) FAR52.222-10Compliance with Copeland Act Requirements (Feb 1988) FAR52.222-11Subcontracts (Labor Standards) (Jul 2005) FAR52.222-12Contract Termination-Debarment (Feb 1988) FAR52.222-13Compliance with Davis-Bacon and Related Act Regulations (Feb 1988) FAR52.222-14Disputes Concerning Labor Standards (Feb 1988) FAR 52.222-15Certification of Eligibility (Feb 1988) FAR52.222-21Prohibition of Segregated Facilities (Feb 1999) FAR52.222-26Equal Opportunity (Mar 2007) FAR52.222-27Affirmative Action Compliance Requirements for Construction (Feb 1999) FAR52.222-36Affirmative Action for Workers with Disabilities (Oct 2010) FAR52.222-50Combating Trafficking in Persons (Feb 2009) FAR52.223-5Pollution Prevention and Right-to-know Information (May 2011) FAR52.223-18Encouraging Contractor Policies to Ban Test Messaging While Driving (Aug 2011) FAR52.225-13Restrictions on Certain Foreign Purchases (Jun 2008) FAR52.227-1Authorization and Consent (Dec 2007) FAR52.227-4Patent Indemnity – Construction Contracts (Dec 2007) FAR52.228-2Additional Bond Security (Oct 1997) FAR52.228-11Pledges of Assets (Jan 2012) FAR52.228-12Prospective Subcontractor Request for Bonds (Oct 1995) FAR52.228-13Alternative Payment Protections (Jul 2000) (a)The Contractor shall submit one of the of the following payment protections: (i) A payment bond (100% of the total contract price) (ii)An irrevocable letter of credit (ILC) (iii)A deposit of the type of security listed in FAR 28.204-1 and FAR 28.204-2. (b)The submission of the payment protection is required with five (7) calendar days of contract award. (c)Payment bonds are retained for a period of one-year following final payment or until resolution of all claims filed again the payment bond. FAR52.232-5Payments under Fixed-Price Construction Contracts (Sep 2002) FAR52.232-27Prompt Payment for Construction Contracts (Oct 2008) FAR52.232-33Payment by Electronic Funds Transfer-CCR (Oct 2003) FAR52.233-1Disputes (Jul 2002) FAR52.233-3Protest After Award (Aug 1996) FAR52.233-4Applicable Law for Breach of Contract Claim (Oct 2004) FAR52.236-2Differing Site Conditions (1984) FAR52.236-3Site Investigation and Conditions Affecting the Work (Apr 1984) FAR52.236-5Material and Workmanship (Apr 1984) FAR 52.236-7Permits and Responsibilities (Nov 1991) FAR52.236-14Availability and Use of Utility Services (Apr 1984) FAR52.236-17Layout of Work FAR52.236-27Site Visit (Construction)(Feb 1995) FAR52.242-14Suspension of Work (Apr 1984) FAR52.243-5Changes and Changed Conditions (April 1984) FAR 52.249.1Termination for Convenience of the Government(Fixed-Price) (Short Form) (Apr 2984) FAR52.249-10Default (Fixed Price Construction) (Apr 1984) FAR52.252-2Clauses Incorporated by Reference (Feb 1998). This contract incorporates One or more clauses by reference, with the same force and effect as if they were given in full test. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far DEPARTMENT OF HOMELAND SECURITY REGULATION (48 CFR CHAPTER 30) 3052.228-90Notification of Miller Act Payment Bond Protection (Dec 2003) NOTE: Once Payment Bond is received, a Notice to Proceed will be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG-12-N-PMW131/listing.html)
- Place of Performance
- Address: USCG AIR STATION SAVANNAH, 1297 N LIGHTING RD, SAVANNAH, Georgia, 31409, United States
- Zip Code: 31409
- Zip Code: 31409
- Record
- SN02855281-W 20120826/120825001226-12d1706f1af5284b1097f0ae23bc2c59 (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 |