SOLICITATION NOTICE
R -- Window Replacement at USCG Station Ft. Pierce
- Notice Date
- 3/14/2024 6:34:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 30310PR240000003
- Response Due
- 4/1/2024 11:00:00 AM
- Archive Date
- 04/16/2024
- Point of Contact
- CHIEF ALEXANDER KULL, Phone: 217-273-1543
- E-Mail Address
-
ALEXANDER.R.KULL@USCG.MIL
(ALEXANDER.R.KULL@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 30310PR240000003 Applicable North American Industry Classification Standard (NAICS) codes are:� 236220 Commercial And Institutional Building Construction 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 10 April 2024 Quotes are to be received no later than close of business (2 p.m.) on 01 April 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) ***** SITE VISIT**** Thursday Mar 21 2024 AT 10:00am AT PROJECT SITE (USCG Station Ft. Pierce) POC: MKC Alexander Kull Email: Alexander.R.Kull@uscg.mil Phone: 217-273-1543 �XI. SCOPE OF WORK: United States Coast Guard Station Fort Pierce requires replacement to the unit Communications room, CO office, and XPO Office Windows. Contractor shall provide all labor, materials, and equipment necessary to complete the following unless noted below: In the performance of this contract, the contractor shall install the equipment to meet the below specifications at USCG Station Fort Pierce, FL. Equipment: �7700 Series Single Hung 44 x 59 � in all designated locations Vertical Mull - 1 X 4 X 59 1/2 V White, With Clips where required ������� LABOR: ������ 1. Furnish all labor, materials and equipment necessary to complete the removal of existing windows and/or doors and the installation of listed windows and/or doors. ������ 2. Remove existing windows and/or doors from property. LOCATION OF PROJECT: USCG STATION FT. PIERCE 900 SEAWAY DRIVE Fort Pierce, FL 34949 Q&A�s:� Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB Monday 25 March 2024.� These Q&A�s will be answered and posted to this solicitation as an amendment prior to close of solicitation. STORM PROTECTION Should warnings of extreme weather (such as storm surge, wind of gale force) be issued, the Contractor shall take every practicable precaution to minimize danger to personnel, the work and adjacent property. Precautions shall include, but not be limited to, closing all openings, removing all loose materials, tools and equipment from exposed locations, and removing or securing fencing, scaffolding and other temporary work. DELIVERY AND STORAGE Equipment and materials shall be carefully handled, properly stored, and adequately protected to prevent damage before and during installation, in accordance with the manufacturer's recommendations. Damaged or defective items shall be replaced. Location of storage and staging area shall be designated by the POC. The contractor will be responsible for security of all materials and equipment. RECEIPT OF MATERIALS 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. CLEANUP The Contractor shall keep the work area, including storage areas, 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. SECURITY Working Personnel List. The Contractor shall provide the COR Chief Alexander Kull with a list of names of all personnel who will be working on the site. The Contractor may submit a revised list at any time during the project. Only personnel on the approved listing will be allowed on the site. Personnel Identification. All personnel shall carry proper identification (ID) when on site. Proper ID is defined as either the individual�s driver�s license, or a company issued ID. The identification must be laminated, and show facial picture of the individual. Individuals without proper ID will be escorted off the Coast Guard premises. QUALITY Quality of Contractor Furnished Material. Materials supplied by the Contractor shall be of a quality conforming to applicable Federal specifications and lead and asbestos free. WARRANTIES All warranties and/or guarantees, either implied or expressed, for individual equipment shall be endorsed to the Government. FINAL INSPECTION AND ACCEPTANCE When the work is complete and ready for final inspection, submit a written request to schedule final inspection to the Government. Prior to such requests, all submittals must be complete and approved. Such requests shall allow a minimum of two (2) days notice prior to final inspection date. SAFETY General The Contractor is wholly responsible for work site safety. The Contractor shall implement a safety program that protects the lives and health of personnel in the service area, prevents damage to property and avoids work interruptions. The Contractor shall provide appropriate safety measures including but not limited to barricades, signs and signal lights as well as complying with the requirements of all applicable Federal, State and Local safety laws, rules and regulations. Compliance The Contractor is specifically required to comply with the requirements of the U. S. Army Corps of Engineers ""Safety and Health Requirements Manual"" (EM 385-1-1, latest version available) and the �Accident Prevention� clause (FAR 52.236-13). Once accepted, this safety plan shall become part of the contract requirements. Note: This review/acceptance does not in any way relinquish the Contractor from responsibility for work site safety nor the obligation to comply with the OSHA regulations found in 29 CFR 1910 & 1926 or any other State or Local safety law, rule or regulation applicable to the contract work. The Coast Guard will cooperate fully with the Department of Labor (Occupational Safety and Health Administration) in their enforcement of OSHA regulations. �Safety Plan The Contractor shall submit a written safety plan within seven (7) calendar days following contract award. At a minimum, this plan shall describe the Contractor's general safety program and identify specific safety provisions for hazards incidental to the contract work such as elevated working surfaces, working over water, working from floating work platforms, overhead crane operations or similar conditions of the work. This Safety Plan shall be approved prior to commencing any work on site. APPLICABLE FAR CLAUSES FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items). ATTACHED BY REFERENCE 52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS 52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984) 52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984) 52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995) Work hours: Monday through Friday, 0730 � 1800 (7:30 am � 6 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/76466c8ef4634fd4959de592564db150/view)
- Place of Performance
- Address: Fort Pierce, FL 34949, USA
- Zip Code: 34949
- Country: USA
- Zip Code: 34949
- Record
- SN06996903-F 20240316/240314230049 (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 |