Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOLICITATION NOTICE

Z -- USCG SEC St. Petersburg Light Pole Replacement

Notice Date
4/18/2024 6:58:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
37130PR240000030
 
Response Due
4/30/2024 12:00:00 PM
 
Archive Date
05/15/2024
 
Point of Contact
Timothy G. Bakels, Phone: 7278247599, John Fimple, Phone: 7278247628
 
E-Mail Address
Timothy.G.Bakels@uscg.mil, john.j.fimple@uscg.mil
(Timothy.G.Bakels@uscg.mil, john.j.fimple@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 37130PR240000030. Applicable North American Industry Classification Standard (NAICS) codes are: 238190 - Other Foundation, and building exterior Contractor 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 10 May 2024 Quotes are to be received no later than close of business (3 p.m.EST) on Tuesday 30 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: FL20240184 01/05/2024 SCOPE OF WORK: DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD U.S. Coast Guard Sector St. Petersburg 600 8th Ave SE St. Petersburg, FL 33701 STATEMENT OF WORK FOR Light Pole Replacement Located at: North Moorings 600 8th Ave SE St. Petersburg, FL. 33701 GENERAL REQUIREMENTS PART 1 GENERAL 1. INTENT: The intent of this project is to replace multiple light poles on USCG Sector St. Petersburg�s North Moorings. 2. SCOPE OF WORK: The Contractor shall provide all labor, materials, and equipment to meet all specifications for inspection, assessment, and replacement of multiple light poles at USCG Sector St. Petersburg. 3. QUALIFICATIONS: Contractor shall provide personnel who have the knowledge, qualifications, and working experience to perform the functions outlined in the Performance Requirements. All personnel shall have an understanding of light pole removal and installation. 4. CONTINUITY OF FACILITIES OPERATION: Contractor shall schedule work to minimize interference with the facility�s normal operations. Perform all on-site work between the hours of 7:00 AM and 3:00 PM, Monday through Friday (federal holidays excluded), unless otherwise approved by the Contracting Officer or Contracting Officer�s designated representative. PART 2 PERFORMANCE STANDARDS 1. PERFORMANCE REQUIREMENTS: Contractor shall inspect, assess, and affect repairs to all doors on designated buildings at USCG Sector St. Petersburg. A. Remove existing light poles and provide new Nafco 180 mph rated 20' tall fiberglass poles with tenon tops on existing light pole bases. B. All materials shall be compatible and shall be installed IAW manufacturers recommended installation procedures. C. Contractor shall be responsible for proper removal and disposal of all debris and discarded materials associated with the project. Contractors shall provide their own means of waste collection. Use of Sector St. Petersburg�s waste collection point is prohibited. 2. PERFORMANCE STANDARDS: The COTR or Contracting Officer may inspect, at any time, the progression of work to ensure compliance with the contract. The proper adherence to all safety procedures is required prior, during and after work being performed. The contractor shall furnish all personnel with and require donning of required personal protective equipment (PPE). The contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities, and avoid interruptions of Government operations in the performance of services. 3. DELIVERABLES: Contractor shall provide a detailed assessment of the condition of the existing light poles within seven (7) business days of completing the inspection to the Contracting Officer or their representative. Assessment shall provide a detailed description of the current structural condition of the installed light poles. Additionally, this assessment shall contain detailed recommendations on repair and code compliance. Submittals shall be approved before procurement, fabrication, or delivery of items to the job site. Partial submittals will not be accepted and will be returned without review. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable Federal, Military, industry and technical society publication references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. Failure to furnish required submittals can be cause for rejection of the material. Approval of submittals shall not relieve the contractor his obligation to comply with the contract specifications and drawings. 4. LIABILITY OF DAMAGES: The contractor shall be liable for all damages to government equipment and property when such damage is due to fault or negligence of the contractor. The contractor shall be responsible for all damages or injury to persons that occur as a result of the contractor�s fault or negligence. The contractor shall take proper safety and health precautions to protect the work the workers, the public, and the property of others. 5. POINTS OF CONTACT: Primary POC: DCC Timothy G. Bakels Email: Timothy.G.Bakels@uscg.mil Phone: (727) 824-7599 Secondary POC: DC1 John Fimple Email: John.J.Fimple@uscg.mil Phone: (727) 824-7628 END OF SECTION 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 DCC Timothy Bakels for a site visit which will be held on Tuesday April 23, 2024 at 09:00AM EST. For scheduling contact Mr. Bakels via email timothy.g.bakels@uscg.mil Or via phone at 727-824-7599 . **All Questions and Answers will not be accepted after 25 April 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3bddc91880f44b7f9068afe94b96a9cc/view)
 
Place of Performance
Address: Saint Petersburg, FL 33701, USA
Zip Code: 33701
Country: USA
 
Record
SN07035178-F 20240420/240418230054 (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.