Sector Key West Shore Power Receptacles
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159009315761584 |
Posted Date: | Mar 12, 2024 |
Due Date: | Mar 26, 2024 |
Source: | https://sam.gov/opp/78b209435e... |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 12, 2024 09:17 am EDT
- Original Date Offers Due: Mar 26, 2024 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 10, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5975 - ELECTRICAL HARDWARE AND SUPPLIES
-
NAICS Code:
- 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
-
Place of Performance:
Key West , FL 33040USA
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 37140PR240000037.
Applicable North American Industry Classification Standard (NAICS) codes are:
335999 All Other Miscellaneous Electrical Equipment And Component Manufacturing.
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 offer or 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:
- Cost of materials and equipment
- 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 05 APR 2024
Quotes are to be received no later than close of business (3 p.m.) on 26 MAR 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 SAMS. (www.sam.gov).
*SCOPE OF WORK
PART 1 – General:
United States Coast Guard Sector Key West is accepting proposals for qualified individuals or firms to supply all Shore Power supplies needed for Pier D2 North at Sector Key West.
The POC’s are: Stephen Starnes, Phone: (305) 292-8758, email: Stephen.P.Starnes1@USCG.MIL OR Emily Donnadio, Phone: (305) 680-8363 email: Emily.R.Donnadio@USCG.MIL
PART 2 – Location:
U.S. Coast Guard Sector Key West
100 Trumbo Rd
Key West, Florida 33040
PART 3 – Parts Required:
All parts listed are for United States Navy Standard 450V MIL-C-24368/2 Electrical Receptacle commonly referred to as “NATO, Joy, or Viking” receptacles. Product characteristics shall be manufactured in accordance with MIL-STD-2003-2B Appendix 2E as specified on Figure 2E2. All associated cabling shall be rated for 500 Amps.
- M24368/2 Switch Housing Assemblies (Quantity 04)
- M24368/2 Microswitch (Quantity 04)
- M24368/2 Receptacle 10 feet of 3-phase THOF-500 cable, in the straight position. Complete assembly from manufacturer is required. (Quantity 04)
- M24368/2 Gasket (Quantity 04)
PART 4 – Facility Operating Hours:
- The facility shall remain in operation throughout the service. Contractor access to the service site shall be limited to the following: 7:00am to 3:00pm, Monday through Friday, excluding holidays. Access to the site shall not be permitted on the weekends without prior approval from the Contracting Officer in writing.
PART 5 – Security Requirements:
- Contractor shall provide a list of names to the Coast Guard COR for access to the base.
- All personnel shall present ID to the security personnel at the entrance to the base.
PART 6 – Contractor Responsibilities:
- Contractor shall provide all materials listed above and shipped to Sector Key West address above.
- Shipment shall be sent to the above address to one of the POC’s.
PART 7 – Final Acceptance:
- When the materials are delivered, the Coast Guard (COR) will inspect all parts for quantity and correctness.
PART 8 – Payment:
- Invoice submittal procedure will be provided once award of contract has been made.
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.
Q&A’s: Questions concerning the work requested must be sent to Angel.melendez@uscg.mil by March 22, 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
- 100 MACARTHER CAUSEWAY MIAMI FL 33139
- MIAMI , FL 33132
- USA
- SCPO Stephen Starnes
- Stephen.P.Starnes1@uscg.mil
- Phone Number 3052928758
- Mar 12, 2024 09:17 am EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.