Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOLICITATION NOTICE

46 -- Sewage Lift Station Rehabilitation At Station Ft. Lauderdale

Notice Date
5/25/2021 10:31:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-21-Q-281PMW150
 
Response Due
6/10/2021 12:00:00 PM
 
Archive Date
06/25/2021
 
Point of Contact
MKC JUSTIN RIVERA, Phone: 954-927-1611, EM1 ASHLEY CRUZ, Phone: 954-927-1611
 
E-Mail Address
JUSTIN.F.RIVERA@USCG.MIL, ASHLEY.J.CRUZ@USCG.MIL
(JUSTIN.F.RIVERA@USCG.MIL, ASHLEY.J.CRUZ@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 70Z028-21-Q-281PMW150. �Applicable North American Industry Classification Standard (NAICS) codes are: 237110 Water and Sewer Line and Related Structures Construction, Size standard in Millions ($33.5) 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: 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 20 June 2021 Quotes are to be received no later than close of business (3 p.m.) on 10 June 2021 and are to be sent via e-mail 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 FEDBIZOPS (www.fbo.gov). Wage determinations: 2015-4535 Rev 17 dated 04/22/2021 SCOPE OF WORK:� United States Coast Guard Station Ft. Lauderdale is accepting proposals for qualified individuals or firms to overhaul and rehabilitate the sewage lift station. Prior to submitting a quote, it is mandatory to examine the SOW and it�s 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.� After the award of contract, a pre-conference will be held prior to starting the work at Coast Guard Station Ft. Lauderdale.� The POC is: MKC Justin Rivera, Justin.F.Rivera@uscg.mil . Per provided SOW. PART 1 � Contractor Responsibilities: Contractor shall provide a minimum of one year warranty on parts and labor. Contractor shall provide all the materials, tools, equipment, and labor to complete this project. Contractor shall plug wet well/ vactor station. Contractor shall remove steel wet well top and valve vault top and discard. Contractor shall remove pump, piping, valves, and check valves up to the Vanstone flanges. Contractor shall remove panel, disconnect, and stanchion. Contractor shall supply and install aluminum wet well and valve vault lid that is rated for pedestrian access. Contractor shall supply and install 2� FloPro bases with �� stainless steel guide rails and SCH 80 piping. Contractor shall supply and install valve pit piping. Valves, check valves, and cam-lock bypass connection. Contractor shall supply and install aluminum electrical stanchion with grounding protection. Contractor shall supply and install 230v three phase control panel with new control floats. Contractor shall supply and install 2� conduits from panel to wet well with gas seal offs. Contractor shall supply and install lifting claws and adapt to existing pumps. Contractor shall remove plugs from wet well / vactor station. PART 2� Cleanup: Upon completion of each day all debris shall be removed and disposed of immediately from government property at the contractor�s expense. Contractor shall maintain the area clean using tarps spread out and magnets to pick up any stray nails or other metal debris. The contractor shall not use Coast Guard dumpsters or any waste receptacles for disposal of debris. PART 3 � Final Inspection and Acceptance: When the contractor has completed all of the work, they shall notify the Coast Guard (COR) for a final inspection. Deliver all applicable warranties and paperwork. If the work is accepted, the contractor shall submit to the Coast Guard (COR): Contractor�s notice of completion Contractor�s construction daily reports signed and dated. Location of Work: U.S. Coast Guard Station Ft. Lauderdale 7000 N. Ocean Drive Dania Beach FL. 33004 NTE $28K 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 MKC Justin Rivera or EM1 Ashley Cruz for a site visit which will be held on Tuesday June 1, 2021 at 10:00AM EST. For scheduling contact MKC Justin Rivera via email Justin.F.Rivera@uscg.mil or via phone (954) 927-1611. EM1 Ashley Cruz can be reached via email at Ashley.J.Cruz@uscg.mil or via phone (954) 927-1611 **All Questions and Answers will not be accepted after 04 June 2021 at 2:00PM 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/27bc84b41d714d51a66cbb899d00c950/view)
 
Place of Performance
Address: Dania, FL 33004, USA
Zip Code: 33004
Country: USA
 
Record
SN06012402-F 20210527/210525230103 (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.