Florida Bids > Bid Detail

USCG Station Islamorada New Conduit for Galley

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159431571993345
Posted Date: Dec 18, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/5459759176...
Follow
USCG Station Islamorada New Conduit for Galley
Active
Contract Opportunity
Notice ID
30311PR240000004
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 18, 2023 11:56 am EST
  • Original Date Offers Due: Jan 08, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 23, 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:
    Islamorada , FL 33036
    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 30311PR240000004.



Applicable North American Industry Classification Standard (NAICS) codes are:



NAICS 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 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:

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: 07 business days after close of solicitation, OOA 15 Jan 2024.



****Quotes are to be received no later than close of business (3 p.m.) on 08 Jan 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 FEDBIZOPS (www.fbo.gov).



Wage determinations: FL 2015-4583 REV 24 dated 06/30/2023



*SCOPE OF WORK

1 General Contracting Guidelines:





1.1: For the execution of this contract, contractor shall provide all labor, parts, and materials not described in this Scope of Work. Government Furnished materials will be outlined in this scope of work and will be defined as GFM.

1.2: Contractor shall make all reports to the Contracting Officer/On site supervisor in regards to progress of the scheduled work log. If there are questions or concerns regarding the scope of work and/or the work log, the contractor shall not proceed further without guidance from the Contracting Officer.

1.3: Contractor shall provide all necessary documentation for all employees (Valid State ID, Drivers Licenses, etc.). As well any vehicle brought on board any Coast Guard/Military Facility shall have valid state registration and insurance.

1.4: Contractor shall execute the contract IAW this Scope of Work. The contractor is not authorized to deviate from this Scope of Work without written authorization from the Contracting Officer.

1.5: Contractor shall execute the contract IAW this Scope of Work. The contractor is not authorized to deviate from this Scope of Work without written authorization from the Contracting Officer.

1.6: Contractor shall execute the contract IAW this Scope of Work. The contractor is not authorized to deviate from this Scope of Work without written authorization from the Contracting Officer.

1.7: The contractor shall provide a list of all employees that will be working on Coast Guard property to the Contracting Officer prior to the scheduled work days.



2 SUBMITTALS AND OUTCOMES

2.1 The Contractor shall submit a work schedule including all milestones immediately following contract award.

2.2 Submit removal and application procedures for all building surfaces.



3 PROJECT PERFORMANCE TIME

The contractor must make notification to the Contracting Officer and MKC Cantrell inventory availability and estimate time of arrival for required equipment.



4 LOCATION

All work shall take place at:

U.S. Coast Guard Station Islamorada

183 Palermo Drive

Islamorada, FL 33036



5 POINT OF CONTACT

The Government Point of Contact (POC) for this work is Onsite support/supervisor is MKC Jeremiah Cantrell (912)414-6726, Jeremiah.S.Cantrell@uscg.mil. All work shall be coordinated through both POC’s to minimize operational impacts to the unit during the execution of the work.



6 LEASE AGREEMENT TERMS

N/A



7 WORK PHASING/SCOPE OF WORK

Work shall be completed as expeditiously as possible; Contractor shall coordinate with the POC’s to coordinate phasing and job sequencing. Contractor shall submit construction schedule for Government review and approval prior to commencing in any work to be performed.

7.1 SCOPE OF WORK

A. Contractor will run new circuit from main power panel in generator room to Range Hook-up in galley.

B. Contractor will install new conduit, junction boxes as needed and make all connections.

C. Contractor will test to ensure proper voltage with competent Coast Guard personnel present.

D. Contractor will notify personnel that the circuit is ready to use.

E. Contractor will wire in both connections for new range and ensure range is operational and working properly.



8 AVAILABILITY OF UTILITIES

Reasonable amounts of the following utilities will be made available to the Contractor without charge.

+ Electricity (if available at the job site)

+ Potable Water

+ Restroom facilities



9 COORDINATION

The Contractor shall coordinate with the POC to minimize interference with Coast Guard operations or personnel. All work shall be coordinated with other trades involved in the project and carefully laid out in advance.



10 CONTRACTOR USE OF PREMESES

The Contractor will be working on a Coast Guard operational military installation. Become familiar with and obey installations’ fire, traffic, and security regulations. Personnel shall not stray from the immediate area of work nor direct avenues of ingress and egress unless authorized in advance by the Government.



11 LAYDOWN AREA

The Contractor will be provided with an uncovered lay-down area in the immediate vicinity of the work. The Contractor shall be responsible for restoring the area to its original condition at the completion of the work. The Contractor shall be responsible for repair of any damage incurred to buildings, vehicles, boats, equipment, or pavement as a result of storage activities.



12 STORM PROTECTION

Should warnings of extreme weather (such as high waves, 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, relocating equipment, closing all openings, removing all loose materials, tools exposed locations, and removing or securing fencing, scaffolding and other temporary work.



13 ENVIRONMENTAL PROTECTION

All Federal, State and local laws must be strictly adhered to. Demolition and construction debris shall be disposed of at a permitted facility.



14 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/equipment shall be replaced. Location of storage and staging area shall be designated by the POC’s. The contractor will be responsible for security of all materials and equipment.



15 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.



16 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.



17 UTILITY OUTAGES

Before interrupting or shutting down any utility, make a request for the interruption to the POC’s at least two (2) working days before the anticipated interruption. Identify the utility, reason for interruption, proposed time of interruption, and duration of interruption. Do not interrupt utilities until authorized by the POC.



18 SECURITY



18.1 Working Personnel List.

The Contractor shall provide the Contracting Officer and Onsite supervisor 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.

18.2 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.



19 QUALITY

Quality of Contractor Furnished Material. Materials supplied by the Contractor shall be of a quality conforming to applicable Federal specifications.



20 WARRANTIES

All warranties and/or guarantees, either implied or expressed, for individual equipment shall be endorsed to the Government.



21 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.



22 SAFETY

22.1 General

The Contractor is solely responsible for work site safety. The Contractor shall implement a safety program that protects the lives and health of personnel in the construction 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.

22.2 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.

22.3 Safety Plan

The Contractor shall submit a written safety plan immediately 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.



Location of Work:

USCG STATION ISLAMORADA

183 PALERMO DR

ISLAMORADA, FL

33036-3317



Site visit: It is highly recommended and encouraged that interested party’s for a site visit which will be held on Wednesday December 27, 2023 at 10:00AM EST. For scheduling contact Mr., Francisco Balzac via email francisco.j.balzac@uscg.mil @uscg.mil Or via phone at (305) 797-0336.



Q&A’s: Questions concerning the work requested must be sent to Angel.melendez@uscg.mil by January 01, 2023. 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


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
  • Dec 18, 2023 11:56 am ESTCombined 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.

Start Free Trial Today >