Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOLICITATION NOTICE

Z -- INSULATION RENEWAL ON USCG 45� RESPONSE BOAT

Notice Date
1/24/2024 9:48:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
52050PR240000053
 
Response Due
2/13/2024 10:00:00 AM
 
Archive Date
02/28/2024
 
Point of Contact
Bryan Goltz, Phone: 305-535-4337
 
E-Mail Address
Bryan.W.Goltz@uscg.mil
(Bryan.W.Goltz@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 52050PR240000053 Applicable North American Industry Classification Standard (NAICS) codes are: 336611 Ship Building and Repairing This requirement is for a fixed price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value. � When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision Cost of materials and equipment needed to perform the work. Prospective contractors shall also provide along with your proposal past performance documents which will be used to determine expertise to perform such work. Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit.� Past Performance and Cost factors will also be used when selecting the award. Anticipated award date: 10 business days after close of solicitation, OOA 20 Feb 2024 Quotes are to be received no later than close of business (1 p.m.) on Tuesday 13 Feb 2024. Quotes can be email to: �Mehdi.Bouayad@uscg.mil Quotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad 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 Beta.Sam.Gov (SAM.gov | Workspace) SCOPE OF WORK:� � Work Statement In the performance of this contract, the contractor shall provide the services to perform insulation renewal on a 45-foot Response Boat � Medium (RB-M) while the vessel is dry-docked at USCG Base Miami Beach Industrial Production Facility located at 100 MacArthur Causeway Miami Beach, FL 33139. Scope of Services The contractor shall furnish trained, qualified personnel, and any required special tools or equipment necessary to complete the following work:� 1. Install insulation in the entirety of the Engine Room Machinery Space, including Port and Starboard Engine Room Air Intakes, IAW Drawing 45-RB-M-635-002, Rev C. ��������� 2. Installation material will be as follows: a. Sound attenuation barrier: Pyrotek �QUADZERO� #17763007 b. Hullboard: Owens Corning 2� Foil-Faced �Insul-Quick� insulation 3. Installation process is as follows: Bulkhead > QUADZERO > Insulation Speed Washer > 2� Insul-Quick Hullboard > Insulation Speed Washer > Trim Pin (if necessary) > Insulation Cap 4. Tape all boundaries. 5. All consumables, Hullboard: Owens Corning 2� Foil-Faced �Insul-Quick� insulation, Pyrotek insulation, and stud gun will be provided by the contractor. 6. Contractor will provide pins and caps. Contractor will replace any damaged pins found upon insulation removal. 7. Contractor will arrange for disposal of existing lead-lined insulation.� Existing lead-line insulation will be removed and packaged prior to Contractor arrival. Contractor Performance Requirements Installation period of performance will be scheduled as determined by the vessel�s production schedule; estimated mid to late February 2024. Exact periods of performance will be scheduled by the COTR at least two weeks prior to start and will be performed Monday through Friday excluding holidays, during the following work hours: ��������������������������������� 6:30 am to 3:00 pm � If overtime is required, the contractor must notify the COTR 24 hours in advance and must be approved by Base Miami Beach officials. POC: Mr. Bryan Goltz Email: Bryan.W.Goltz@uscg.mil Phone: 305-535-4337 POC: �LTJG Julia Ferris Email: Julia.K.Ferris@uscg.mil Phone: (305) 535-4332 **********SITE VISIT************* It his highly recommended you visit the work site, however not mandatory. Site Visit will be held at USCG Base Miami Beach 100 Macarthur Causeway, Miami Beach FL 33139 on Thursday Feb 8, 2024 at 10:00AM. This will be the only day to visit the work site. Please reach out to our POC for this Project Mr. Bryan Goltz for any questions. Have a valid Drivers License to be able to enter on base. Thanks � Q&A�s:� Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB 09 Feb 2024.� These Q&A�s will be answered and posted to this solicitation as an amendment prior to close of solicitation. 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 pm) No weekends or Holidays authorized. See attached applicable FAR Clauses by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Request Company�s tax ID information and UEI number. Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an �ACTIVE� status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62fd9970ed4a4e239045335370fd731d/view)
 
Place of Performance
Address: Miami Beach, FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN06943887-F 20240126/240124230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.