USCG ANT FT. LAUDERDALE DEBRIS REMOVAL (DIVER SERVICES)

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Florida
Type of Government: Federal
FSC Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
NAICS Category:
  • 561990 - All Other Support Services
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 29, 2024
Due Date: May 7, 2024
Solicitation No: 41936PR240000004
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
USCG ANT FT. LAUDERDALE DEBRIS REMOVAL (DIVER SERVICES)
Active
Contract Opportunity
Notice ID
41936PR240000004
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
BASE MIAMI(00028)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 29, 2024 10:54 am EDT
  • Original Date Offers Due: May 07, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4220 - MARINE LIFESAVING AND DIVING EQUIPMENT
  • NAICS Code:
    • 561990 - All Other Support Services
  • Place of Performance:
    Dania , FL 33004
    USA
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 41936PR240000004



Applicable North American Industry Classification Standard (NAICS) codes are:

561990 All Other Support Services, Size standard in millions of dollars $16.5



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:

a.

Cost of labor and supervision

b.

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 17 May 2024



***Quotes are to be received NO later than close of business (3 p.m. EST) on Tuesday May 7 2024. Quotes can be emailed 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)



Wage determinations: Service Contract Act WD # 2007-0137, Revision #27, Last Revised Dec 26, 2023



SCOPE OF WORK:

1.1

BACKGROUND: Several aids to navigation (Aton) within the greater Fort Lauderdale waterway have been knocked over or become unserviceable and now create a potential hazard to navigation. These Aton are not recoverable from the primary servicing unit due to their condition and require dive support to cut the post below the waterline and rig the debris to a floating aid for removal in the future buy a Coast guard asset.



SCOPE: Provide all labor, material, tools, equipment, and supervision to remove four Aton in the greater Fort Lauderdale waterway.

The work includes, but is not limited to the following:

1.1.A. AtoN Requiring Removal:

.

Pacific Reef Daybeacon 3 (LLNR 10965) - 25-22-25.182N, 080-09-35.429W. TRUB has 135lb dor-mor sinker attached.

.

Angelfish Creek Daybeacon 1 (LLNR 11185) - 25-19-41.681N, 080-15-01.407W. TRLB has 135lb dor-mor sinker attached.

.

Angelfish Creek Light 6 (LLNR 11215) - 25-19-56.933N, 080-15-14.206W. TRLB has 135lb dor-mor sinker attached.

.

Fisherman's Channel Light 5 (LLNR 10655) - 25-45-51.974N, 080-09-03.064W. TRLB has 135lb dor-mor sinker attached.

.

Hollywood Beach Light 39A (LLNR 47600) - 26-02-14.413N, 080-07-01.960W. TRLB has 70lb dor-mor sinker attached.

.

Pompano Beach Light 76 (LLNR 47235) - 26-13-05.481N, 080-05-49.065W. TRLB has 135lb dor-mor sinker attached.

.

Hillsboro Inlet Entrance Daybeacon 5 (LLNR 10303) - 26-15-23.288N, 080-04-50.394W. TRLB has 135lb dor-mor sinker attached.

.

Stranahan River Light 24 (LLNR 47400) 26-06-28.585N, 080-07-15.324W. TRLB has 135lb dor-mor sinker attached.

.

Elliott Key Daybeacon 19 (LLNR 10955) - 25-23-33.060N, 080-10-58.740W. TRLB has (01) 135LB dormor sinker attached.

.

Lake Wyman Daybeacon 60 (LLNR 47135) - 26-21-54.387N, 080-04-18.350W. TRLB has (01) 70LB dormor sinker attached.

1.1.B. Method: Perform underwater Burning Operations under the mudline to eliminate any future hazard to navigation.

1.1.C. Debris Removal: Debris must be left lying flat on the sea floor attached to the chain from the TRLB that is marking the wreckage for later retrieval by a USCG asset. Contractor must conduct a 50-foot radius sweep around the noted positions and collect any debris within this area that is associated with the AtoN structure. If the Debris is too large for simple removal it should be secured to the underwater debris and the chain of the TRLB to allow for future removal by a USCG asset. Contractor must also retrieve all dormor sinkers and coordinate with the unit for pickup.



1.2

INSPECTION PRIOR TO BID: Not applicable, location of AtoN has already been identified and provided in SOW.



1.3

SUBMITTAL OF QUOTES: Quotes shall be submitted by person or e-mail.



1.4

HOURS OF OPERATION: there is no restriction to authorized hours of work.



1.5

CONTRACTOR SAFETY, SECURITY AND USE OF PREMISES: The Contractor will be working in a federal waterway and must be familiar with and obey established navigational, environmental and security regulations.



1.5.1

Safety Practices: The Contractor shall ensure that appropriate safety precautions are being followed at all times.



1.5.2

Equipment, Tools and Vehicles: The contractor shall inspect daily and ensure that all equipment, tools and vehicles:



Do not have leaks and/or deteriorated hydraulic hoses.

1.5.3

Protection of Property: The Contractor shall protect the existing surrounding equipment, personal belongings and property during this work. Any damage caused by the Contractor shall be corrected at Contractor’s expense. The Contractor will be responsible for repair of any damage incurred.



1.6

STAGING AREA: N/A

1.7

CLEANUP: N/A

1.8

WARRANTIES: N/A

1.9

SUBMITTALS: N/A.

1.9.1



COORDINATION: This project will be scheduled and completed within 30 days from contract award. USCG point of contact (POC) will develop a mutually agreeable project schedule post award. Coordination and execution of this work shall be the responsibility of the Contractor.



1.10

WEATHER CONDITIONS:



1.10.1



Any outside work required shall be performed only during appropriate weather conditions.



PART 2 – PRODUCTS



2.1 N/A



PART 3 - EXECUTION

3.1

EXECUTION

3.1.1

Contractor shall make all necessary arrangements prior to start work.

3.1.2

Contractor shall notify the USCG once work is completed.



6 POINT OF CONTACT

The Government Point of Contact (POC) for this work is PO1 Jessica Herrick, (571) 613-7487, Email: Jessica.R.Herrick@uscg.mil. The Contractor shall coordinate with the POC to minimize interference with Coast Guard operations or personnel.



Performance Period: Performance of work is expected to commence NLT 7-10 business days after award is made. Anticipated award date: May 15 2024



Q&A’s: Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB 03 May 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 Duns 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 100 MACARTHER CAUSEWAY MIAMI FL 33139
  • MIAMI , FL 33132
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 29, 2024 10:54 am EDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

solicitation doc dept/buyer/category/solicitation type dates status PRE-QUAL OF VENDORS FOR WATER RESCUE &

Palm Beach County

Bid Due: 2/01/2029

solicitation doc dept/buyer/category/solicitation type dates status Fire Rescue, Fleet - Canopy Installation IFB

Palm Beach County

Bid Due: 5/23/2024

Solicitation #: SS240357DSG Project Name: Intended Sole Source Purchase: Litter Prevention and Recycling

Lee County

Bid Due: 5/30/2024

Solicitation #: SS240357DSG Project Name: Intended Sole Source Purchase: Litter Prevention and Recycling

Lee County

Bid Due: 5/30/2024