USCG Station FT. Lauderdale Replace Electrical Panel

Agency:
State: Florida
Type of Government: Federal
FSC Category:
  • N - Installation of Equipment
NAICS Category:
  • 238210 - Electrical Contractors and Other Wiring Installation Contractors
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 14, 2024
Due Date: Apr 1, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
USCG Station FT. Lauderdale Replace Electrical Panel
Active
Contract Opportunity
Notice ID
30315PR240000008
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: Mar 14, 2024 10:25 am EDT
  • Original Date Offers Due: Apr 01, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Dania , FL 33004
    USA
Description

This combined synopsis/solicitation for construction 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 30315PR240000008. Applicable North American Industry Classification Standard (NAICS) codes are:



238210 - Electrical Contractors and Other Wiring Installation Contractors



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 materials and equipment

b. Cost of labor



Contract will be awarded to the vendor who can provide Best value which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award.



Anticipated award date: 10 business days after close of solicitation, OOA 15 APRIL 2024



Quotes are to be received no later than close of business (3 p.m.) on 01 April 2024 and are to be sent via e-mail to angel.melendez@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: Angel Melendez

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 (www.SAM.gov).



Wage determinations: FL20240197 02/02/2024



SCOPE OF WORK:



General Requirements



PART 1 – General: United States Coast Guard Station Fort Lauderdale is accepting proposals for qualified individuals or firms to execute the replacement of a 208V 3PH electrical panel. This replacement will involve removing the old breakers, switch gear, and panelboard. All breakers, 76”x 42” panelboard, and switch gear will be replaced. This is a 1000A electrical service panel. Wiring will not be replaced. All electrical work and safety will be done in accordance with the NEC,



PART 2 – Location:

U.S. Coast Guard Station Fort Lauderdale

7000 N Ocean Drive Dani Beach, FL 33004



PART 3 – Facility Operating Hours: The facility shall remain in operation throughout the service. Contractor access to the service site shall be limited to the following: 7:30am to 5:00pm, Monday through Friday, excluding holidays. Access to the site shall not be permitted on the weekends without prior approval from the Coast Guard (COR).



PART 4 – Security Requirements 1. Contractor shall provide a list of names (including any subcontracted personnel) to the Coast Guard COR for access to the base. 2. All personnel shall present ID to the security personnel at the entrance to the base.



PART 5 – Contractor Responsibilities: 1. Contractor will provide labor, materials, and equipment for installations. 2. Conduct proposed installations. 3. Remove demolition materials and clean up debris generated during repairs. 4. MKC Benjamin Gagnon and EM1 Akeem Garcia must be present during the final inspection.

Proposed Installation: Ensure all safety protocols are being met. Properly secure power to panel. Remove all breakers and switch gear. Remove RELIAGEAR panel board. Install new panelboard and switch gear. Install breakers. Rewire breakers. Restore power to panel and ensure all breakers are working as their intended functions. All electrical work will be done in accordance with the NEC.



PART 6– Cleanup: 1. Clean up job site when complete, ensure all tools, consumable cleaning items are disposed of and removed from premises. 2. The contractor shall not use Coast Guard dumpsters or any waste receptacles for disposal of debris.



PART 7 – Final Inspection and Acceptance: 1. When the contractor has completed all the work, they shall notify the Coast Guard (COR) for a final inspection. If the work is accepted, the contractor shall submit to the Coast Guard (COR): • Contractor’s notice of completion • Contractor’s payment request.



All questions and concerns in relation to project can be addressed to EM1 Akeem Garcia

Akeem.e.garcia@uscg.mil phone: 702-908-1127

Or

MKC Benjamin Gagnon Benjamin.j.gagnon@uscg.mil Phone: 207-752-6459

Invoices can be emailed to: Akeem.e.garcia@uscg.mil



U.S. Coast Guard Station Fort Lauderdale

7000 N Ocean Drive Dania, FL 33004

Office: (207) 752-6459

Email: Akeem.E.Garcia@uscg.mil





Performance Period: Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays.



Site visit: It is highly recommended and encouraged that interested party’s contact EM1 Akeem Garcia for a site visit which will be held on Thursday March 21, 2024 at 10:00AM EST. For scheduling contact Mr. Garcia via email Akeem.e.garcia@uscg.mil

Or via phone at 702-908-1127 .



**All Questions and Answers will not be accepted after 27 MAR 2024 at 10:00AM EST.

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.

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
  • Mar 14, 2024 10:25 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

Follow Award Notice Active Contract Opportunity Notice ID Related Notice Department/Ind. Agency VETERANS

Federal Agency

Bid Number: 24-010 ITB Bid Title: ARTIFICIAL PARK TURF - PURCHASE & INSTALL

City of Fort Walton

Bid Due: 5/02/2024

Bid Information Type Quote Status Issued Number 0003 (Purchase of Drapes) Issue Date

The City of Lauderhill, Florida

Bid Due: 4/29/2024

Follow Replace Gate, Fence and Clear Vegetation-EVER Active Contract Opportunity Notice ID 140P5424R0007

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/02/2024