Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2024 SAM #8402
MODIFICATION

Z -- Hangar floor repairs for Coast Guard Air Station Clearwater

Notice Date
11/26/2024 9:04:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
23833 —
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z02825Q0000022
 
Response Due
12/10/2024 12:00:00 PM
 
Archive Date
12/25/2024
 
Point of Contact
Jerry Lopez, Phone: 3054157080, CWO Will Stevenson, Phone: 72753514371572
 
E-Mail Address
jerry.lopez@uscg.mil, William.K.Stevenson@uscg.mil
(jerry.lopez@uscg.mil, William.K.Stevenson@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for services is 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 70Z028-25-Q-0000022. Applicable North American Industry Classification Standard (NAICS) codes are: 238330 Flooring Contractors, size standard: $19.0 Million This requirement is for a firm 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, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA). When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision Cost of materials and equipment needed for the repair of concrete flooring at Airstation Hangar Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested. 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: 5 business days after close of solicitation, OOA 18 December 2024 Quotes are to be received no later than close of business (3 p.m.) on 10 December 2024. Quotes can be email to: Jerry.Lopez@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: Jerry Lopez 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 Sam.Gov Wage determinations: Pending SCOPE OF WORK: Contractor to provide all labor, supervision, materials and equipment needed to repair concrete flooring located at the Coast Guard AirSta Clearwater Hanger, per provided SOW. Location: USCG Air Station Clearwater 15100 Rescue Way, Clearwater, FL. 33762 Period: Performance of work is expected to commence NLT 10 business days after award is made and submitted to awardee. Anticipated award date: 18 Dec 2024 Site visit: It is highly recommended and encouraged that a site visit is performed at the Air Station to field verify the requirements within the SOW and speak with the unit POC for this project. A site visit has been scheduled for Monday 2nd of December at 1000. Please contact the following personnel to be added to the site visit list and ensure personnel attending site visit have a proper government issued ID in order to gain access to the Station. Chief Warrant officer William Stevenson, (727) 535-1437 x1572, William.K.Stevenson@uscg.mil `Q&A�s: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 05 Dec 2024. These Q&A�s will be answered and posted to this solicitation as an amendment to solicitation prior to close. 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) 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/6f69bb45927d4baaa52e1a130acae18e/view)
 
Place of Performance
Address: Clearwater, FL 33762, USA
Zip Code: 33762
Country: USA
 
Record
SN07275493-F 20241128/241126230105 (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.