Agency: | |
---|---|
State: | Florida |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
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 |
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).
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:
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:
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.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow ISO 9001, 14001 Re-Certification/Surveillance Active Contract Opportunity Notice ID M6700424Q1000 Related Notice
Federal Agency
Bid Due: 12/18/2024
Follow GSA/PBS National Deep Energy Retrofit (NDER) Round 6 II - REGION 4
GENERAL SERVICES ADMINISTRATION
Bid Due: 5/10/2024
Form Details (Abstract): RFQ 8636,1 Status Active Document PDF File Abstract Negotiation Number
City of St. Petersburg
Bid Due: 6/02/2026
Recordkeeping for Deferred Compensation Plan OPEN 0 4/2/2024 5/1/2024
Tampa International Airport
Bid Due: 5/01/2024