SOLICITATION NOTICE
J -- Machinery Ventilation System Clean for USCGC Margaret Norvell
- Notice Date
- 11/29/2022 7:42:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 52050PR230000020
- Response Due
- 12/22/2022 12:00:00 PM
- Archive Date
- 01/06/2023
- Point of Contact
- Bryan Goltz, Phone: 305-535-4337
- E-Mail Address
-
Bryan.W.Goltz@uscg.mil
(Bryan.W.Goltz@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 52050PR230000020 Applicable North American Industry Classification Standard (NAICS) codes are: 238220 238220 Plumbing, Heating, and Air-Conditioning Contractors Size standard in Millions (14.0) 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 labor and supervision 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 29 December 2022 Quotes are to be received no later than close of business (3 p.m.) on 22 December 2022. 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: Jerry Lopez 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 Wage determinations: 2015-4543 Rev 21 dated 06/07/2022 **SITE VISIT HIGHLY RECOMMENDED** One day site visit scheduled for December 8, 2022 @ 10:00AM EST at� US Coast Guard Base MIami Beach, 100 Macarthur Causeway, Miami, FL, 33139. There will be no other dates to tour the site except for the date provided.� SCOPE OF WORK:� 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to clean the interior of the following ventilation system components and ducts. TABLE 1 �MACHINERY VENTILATION DUCTS TO BE CLEANED DUCT Main Engine Room Supply Main Engine Room Exhaust Generator Room Supply Generator Room Exhaust PORT Steering Gear Room Supply PORT Steering Gear Room Exhaust STBD Steering Gear Room Supply STBD Steering Gear Room Exhaust FWD Auxiliary Machinery Room Supply FWD Auxiliary Machinery Room Exhaust EDG Room Supply TABLE 2 � REPAIRS (PARA 3.4.2) CSMP # FOR INTERNAL USE ONLY PRE-EXISTING DISCREPANCIES AND REQUIRED REPAIRS 2021-005 DISCREPANCY: Both Generator Room Supply fans motors are making a squealing (high pitch) noise. ACTION(S): Renew both generator room supply fans and motors. 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Fan Circulating NIIN: 016414267 2 3,169.75 N Motor Alternating Current NIIN: 016111220 2 1,370.00 *Government-loaned property, which must be returned to the vessel upon completion of the availability. **New or refurbished equipment that the Government may provide for installation in place of existing equipment. ***Government-furnished property, which is to be supplied by either the vessel or the C4IT Service Center. USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 37 (REV-0) 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 154 WPC 513-201, Rev B, Machinery Ventilation Arrangement Coast Guard Drawing 154 WPC 513-301, Rev C, Machinery Ventilation Diagram COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements Surface Forces Logistics Center Standard Specification 5100 (SFLC Std Spec 5100), 2020, Clean Shipboard Ventilation Systems Coast Guard Technical Publication (TP) 8123, SEP 2019, Preliminary - Heating, Ventilation, and Air Conditioning System - Frc-514-P1 OTHER REFERENCES None 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. None. NOTE The Contractor is reminded to comply with ALL requirements invoked by this work item, such as SFLC Std Spec 0000 and SFLC Std Spec 5100 (e.g. mark and restore damper positions; remove all intake and exhaust screens, clean vent systems in their entirety from the point where the air enters the system to the point where the air is discharged from the system; restore, renew, or repair all articles or component removed or disturbed to their original condition if damaged or modified during contract work, etc). 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Operational test, initial. Prior to commencement of work, the Contractor must witness Coast Guard Personnel perform an initial operational test of the ventilation systems included in this work item, to demonstrate the existing operational condition. Document all modifications to the system (e.g. new holes USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 38 (REV-0) in existing duct, etc.) that will be required to perform the cleaning work, do not perform modifications without Coast Guard authorization. Submit a CFR. NOTE Please be aware that this work item does not describe cleaning work for MDE and SSDG combustion air intake ducting (the large vertical trunks on main deck and the 01 deck whose inlets face aft). DO NOT perform any work on those ducts via this work item. This work item only requires work to be performed on vent ducting that is connected directly to machinery space �compartments�. 3.3 Cleaning requirements. The Contractor must clean and inspect the interior surfaces of ventilation system ducting runs and components listed in the Table 1 - MACHINERY VENTILATION DUCTS TO BE CLEANED, above. Use Coast Guard drawings and (TP) 8123 listed in Section 2 as reference. Comply with all requirements in SFLC Std Spec 5100. Submit a CFR. 3.3.1 Repairs. Perform the repairs to the HVAC System specified in Table 2 above. 3.3.2 Duct Interior Images for Final Report. After gaining access to duct interiors, take a digital photo of each duct interior surfaces at the opening created to show the condition of the duct work prior to cleaning. Then prior to closing the duct work accesses take a final image of the same area post-cleaning. Add these images to the final report submitted in paragraph 3.4 titled �Operational test, post repairs�. 3.3.3 Notification. The Contractor must give written notification to the COR, 48 hours before starting ventilation cleaning work. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.4 Operational test, post repairs. After completion of work, the Contractor must thoroughly test, in the presence of the Coast Guard Inspector and demonstrate the ventilation systems included in this work item to be in satisfactory operating condition. Submit a CFR. Per provided SOW, while vessel is dry docked at Coast Guard Base Miami Beach. Location of Work: USCGC Margaret Norvell 100 MacArthur Causeway Miami Beach, FL. 33139 Performance Period: �Performance of work is expected to commence NLT 5 business days after award is made.� Anticipated award date: 06 JAN 2022 Site visit:� It is highly recommended and encouraged that interested parties contact our POC, Mr. Brian Goltz at 305-535-4337 or via email at Bryan.W.Goltz@uscg.mil for access to the base.� Vendor site visit to field verify requirements within the SOW is scheduled for Thursday 08 December at 10:00AM EST.� Q&A�s:� Questions concerning the work requested must be sent to Bryan.W.Goltz@uscg.mil by COB 14 December 2022.� 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 UEI number. Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. The vendors SAM registration must be in an �ACTIVE� status prior to award. SAM.gov | Home 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://sam.gov/opp/932c4030b45742f88457098d219c7237/view)
- Place of Performance
- Address: Miami Beach, FL 33139, USA
- Zip Code: 33139
- Country: USA
- Zip Code: 33139
- Record
- SN06529496-F 20221201/221129230106 (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 |