SOLICITATION NOTICE
S -- USCG BASE MIAMI BEACH RECURRING COOLING WATER TOWER MAINTENANCE
- Notice Date
- 8/22/2025 4:19:52 PM
 
- Notice Type
- Combined Synopsis/Solicitation
 
- NAICS
- 221310
 — Water Supply and Irrigation Systems
 
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
 
- ZIP Code
- 33132
 
- Solicitation Number
- 70Z028-25-Q-BMBCOOLINGTOWER
 
- Response Due
- 9/4/2025 5:30:00 AM
 
- Archive Date
- 09/19/2025
 
- Point of Contact
- Alera Nash, Phone: (571) 613-1558, Andrew Johnson, Phone: 571-608-8677
 
- E-Mail Address
- 
Alera.D.Nash@uscg.mil, andrew.j.johnson@uscg.mil
 (Alera.D.Nash@uscg.mil, andrew.j.johnson@uscg.mil)
 
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
 
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued separately. This solicitation is issued as a Request for Quote (RFQ) under FAR Part 12 and FAR Part 13 1. Description of Requirement: The U.S. Coast Guard Base Miami Beach requires recurring Cooling Tower Maintenance services. Services shall be performed in accordance with the attached Statement of Work (SOW). Site visit: It is highly recommended to visit the facility to take field measurements, evaluations, etc., and become familiar with existing conditions under which the work will be performed. Unit Point of Contacts: MKC Scott Lane: Scott.W.Lane@uscg.mil, 305-535-4585 MR. Boris Abello: Boris.Abello@uscg.mil, 305-695-2385 CWO Ryan Romesberg: Ryan.t.romesberg@uscg.mil , 305-535-4547 After the award of contract, a pre-conference will be held prior to starting the work at Coast Guard Base Miami Beach 2. Contract Type & Period of Performance This requirement is for a Firm-Fixed Price (FFP) service contract. Period of Performance: - Base Year: October 01, 2025 � September 30, 2026 - Option Year 1: October 01, 2026 � September 30, 2027 - Option Year 2: October 01, 2027 � September 30, 2028 - Option Year 3: October 01, 2028 � September 30, 2029 - Option Year 4: October 01, 2029 � September 30, 2030 The Government reserves the right to exercise any or all option years in accordance with FAR 52.217-9. 3. NAICS & PSC Codes & Wage Determination - NAICS: 221310 - Water Supply And Irrigation Systems - PSC: S114Utilities- Water - Service Contract Act WD #: 2015-4543 Rev. 32 07/08/2025 4. Submission Instructions Quotes shall include: - Pricing for each CLIN/period: (Monthly and Annual Service IAW Statement of work) - Completed FAR 52.212-3 Offeror Representations and Certifications - Technical approach or capability statement (if applicable) - Past performance references - SAM.gov UEI and CAGE Code Submit quotes to: Alera.D.Nash@uscg.mil by September 04, 2025 8:30 a.m. EST. Late submissions may not be accepted. 5. Evaluation Criteria Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors: - Technical capability to perform all PWS requirements - Past performance (if required) - Price The Government intends to award without discussions, but reserves the right to hold discussions if necessary. 6. Applicable Clauses and Provisions The following provisions and clauses apply (full text available at https://www.acquisition.gov/far): - FAR 52.212-1 Instructions to Offerors - FAR 52.212-2 Evaluation � Commercial Items - FAR 52.212-4 Contract Terms and Conditions - FAR 52.212-5 Contract Terms Required to Implement Statutes - FAR 52.217-5 Evaluation of Options - FAR 52.217-9 Option to Extend the Term of the Contract - FAR 52.232-18 Availability of Funds (for unfunded out years) - FAR 52.232-33 Payment by Electronic Funds Transfer - HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates 7. Invoicing - In conjunction with the subject award, proper invoices will be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. IPP is a secure web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. 8. Attachments - Attachment 1 � Statement of Work (SOW) - Attachment 2 � Wage Determination - Attachment 3: Invoice Instructions - Attachment 4: Applicable FAR Clauses - Attachment 5: RFQ 70Z028-25-Q-BMBCOOLINGTOWER 9. Special Notes - All vendors must be registered in SAM.gov prior to award. - The Government reserves the right to cancel this solicitation at any time.
 
- Web Link
- 
SAM.gov Permalink
 (https://sam.gov/opp/e859aa30429d42da8736cb2328a1dd0b/view)
 
- Place of Performance
- Address: Miami, FL, USA
- Country: USA
 
- Country: USA
- Record
- SN07562895-F 20250824/250822230041 (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 |
