USCG Exchange Building HVAC Ducting and AHU Repair at Air Station Miami
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159650114996253 |
Posted Date: | Mar 12, 2024 |
Due Date: | Apr 1, 2024 |
Source: | https://sam.gov/opp/1c4803beaa... |
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 08:45 am EDT
- Original Date Offers Due: Apr 01, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 16, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
-
NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
-
Place of Performance:
Opa Locka , FL 33054USA
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 20140PR240000100
Applicable North American Industry Classification Standard (NAICS) codes are:
238220 Plumbing, Heating, And Air-Conditioning 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 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 labor and supervision
b.
Cost of materials and equipment needed to perform the work.
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 (Air Station Miami)
POC: MK1 Andre Trinidad
Email: Andre.G.Trinidad@uscg.mil
Phone: 786-424-8312
POC: DCC Keegan Martin
Email: Keegan.L.Martin@uscg.mil
Phone: 360-244-0842
XI. SCOPE OF WORK:
2.1 SCOPE OF WORK:
2.1.1 Furnish all labor, materials, tools, and equipment necessary to complete scope.
2.1.2 Remove ceiling tiles and ceiling grid as necessary to perform work.
2.1.3 Coordinate with USCG Air Station personnel for the removal of any floor level
obstructions.
2.1.4 Ducting Repairs for North AHU
2.1.4.1 Replace all 10” and 8” flex ducting that have been adversely affected by
rodent infestation up to 150’.
2.1.4.2 Encapsulate affected insulation including asbestos containing mastic
around metal ducting not to exceed 100 linear feet using industry
standard practices.
2.1.4.3 Properly seal and securely fasten insulation
2.1.4.4 Replace all supply and return grilles associated with the affected AHU
approximately (7).
2.1.4.5 Affect repairs to transfer boxes as needed approximately (2).
2.1.5 Bearing and Shaft Replacement for Central AHU
2.1.5.1 Recover refrigerant from system.
2.1.5.2 Remove panels to access system interior.
2.1.5.3 Replace blower motor, wheel, shaft, and bearings.
2.1.5.4 Reinstall removed panels.
2.1.5.5 Install new drier.
2.1.5.6 Recharge system with refrigerant.
2.1.5.7 Conduct operational testing with Coast Guard representative.
2.1.6 Reinstall any and all ceiling tiles and grid removed during repairs.
2.1.7 Ensure the work is returned to its pre‐work state and all dirt and debris associated
with the work is removed and cleaned.
2.1.8 Conduct final walkthrough and inspection with Coast Guard representative.
3 SUBMITTALS AND OUTCOMES
3.1 Safety Plan (see 21.3)
3.2 The Contractor shall submit a work schedule including all milestones within seven (7)
calendar days following contract award.
3.3 Provide list of chemicals used along with their SDS. Also submit licenses of any personnel
providing pest control services at the unit.
4 PROJECT PERFORMANCE TIME
The contractor must complete all work, deliverables, and outcomes within 10 calendar days after
notice to proceed is given by the Government. If bearing and shaft replacement parts incur a longer
wait time, conduct ducting repairs within 10 calendar days of notice to proceed and Center AHU
repairs within 10 calendar days of parts receipt.
5 LOCATION
All work shall take place at the following location:
CG AIRSTA Miami
14750 NW 44th Ct.
Opa Locka, FL 33054
6 POINT OF CONTACT
The Government Point of Contact (POC) for this work is MK1 Andre Trinidad, (786) 424-
8312, Andre.G.Trinidad@uscg.mil or DCC Keegan Martin, (360) 244-0842,
Keegan.L.Martin@uscg.mil. 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.
7 WORK PHASING
7.1 All work shall be completed within ten days of contract award.
7.2 The facility shall remain in operation throughout the service. Contractor access to the
service site shall be limited to the following: 7:00am to 7:00pm, Monday through Sunday,
excluding holidays. Access to the site shall not be permitted on the weekends without prior
approval from the Coast Guard (COR).
8 AVAILABILITY OF UTILITIES
8.1 Reasonable amounts of the following utilities will be made available to the Contractor
without charge.
8.1.1 Electricity
8.1.2 Potable Water
8.2 The Contractor shall pay all costs incurred in connecting, converting, and transferring the
utilities to the work. The Contractor shall be responsible for making connections including
providing back flow preventer devices on connections to domestic water lines, providing
transformers, and for disconnections. The POC shall designate the outlets available to the
Contractor.
9 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.
10 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 or pavement as a result of storage activities.
11 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.
12 ENVIRONMENTAL PROTECTION
All Federal, State and local laws must be strictly adhered to. Chemical’s used shall be
documented including SDS, date/time, and location applied.
13 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.
14 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.
15 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.
16 UTILITY OUTAGES
Before interrupting or shutting down any utility, make a request for the interruption to the POC
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.
17 SECURITY
17.1 Working Personnel List.
The Contractor shall provide the COR 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.
17.2 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.
18 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.
19 WARRANTIES
All warranties and/or guarantees, either implied or expressed, for individual equipment shall
be endorsed to the Government.
20 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.
21 SAFETY
21.1 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.
21.2 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.
21.3 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.
LOCATION OF PROJECT:
United States Coast Guard Air Station Miami
14750 NW 44TH CT
OPA LOCKA, FL 33054
***********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.
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.
- 100 MACARTHER CAUSEWAY MIAMI FL 33139
- MIAMI , FL 33132
- USA
- MK1 ANDRE TRINIDAD
- ANDRE.G.TRINIDAD@USCG.MIL
- Phone Number 786-424-8312
- Keegan Martin
- Keegan.L.Martin@uscg.mil
- Phone Number 360-244-0842
- Mar 12, 2024 08:45 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.