Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2023 SAM #7718
SOLICITATION NOTICE

N -- Carpet renewal for the USCGC Margaret Norvell

Notice Date
1/12/2023 6:23:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
52050PR230000023
 
Response Due
2/2/2023 12:00:00 PM
 
Archive Date
02/17/2023
 
Point of Contact
Bryan Goltz, Phone: 305-535-4337, Chris Carter, Phone: 305-535-4362
 
E-Mail Address
Bryan.W.Goltz@uscg.mil, Chris.J.Carter@uscg.mil
(Bryan.W.Goltz@uscg.mil, Chris.J.Carter@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 52050PR230000023 Applicable North American Industry Classification Standard (NAICS) codes are: 238330 238330 Flooring 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: 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: 5 business days after close of solicitation, OOA 05 Feb 2023 Quotes are to be received no later than close of business (3 p.m.) on Thursday 02 FEB 2023 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 SAM.GOV (SAM.gov | Home). Wage determinations: FL2015-4543 REV 23 dated 12/27/2022 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to renew deck covering as identified in Table 1. TABLE 1 - CARPETING RENEWAL LOCATION AREA (SQFT) DECK MTL COVE BASE SYSTEM COLOR UNDERLAYMENT REQUIREMENT 1 Person Stateroom (2-10-2-L) 21 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 1 Person Stateroom (2-10-1-L) 21 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 2 Person Stateroom (2-15-2-L) 35 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 2 Person Stateroom (2-15-1-L) 35 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 4 Person Stateroom (2-17-2-L) 55 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 2 Person Stateroom (2-17-1-L) 35 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 2 Person Stateroom (2-21-2-L) 35 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 4 Person Stateroom (2-20-1-L) 55 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) ENG CPO Stateroom (2-23-2-L) 48 Alum Joiner Deck YES See 3.2.1 Deck covering color No underlayment required (deck covering to be installed over painted deck surfaces) 1.2 Government-furnished property. None. USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 51 (REV-0) 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 154WPC 634-301, Rev A, Deck Covering Schedule COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 6341 (SFLC Std Spec 6341), 2020, Install Interior Deck Covering Systems Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes OTHER REFERENCES Federal Specification (Fed Spec) DDD-C-95, Mar 1972, Carpets and Rugs, Wool, Nylon, Acrylic, Modacrylic MIL-STD-1623E, April 2010, Fire Performance Requirements and Approved Specifications for Interior Finish Materials and Furnishings (Naval Shipboard Use) 3. REQUIREMENTS 3.1 General. None. 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures. The Contractor must furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor must remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Carpeting Renewal Requirements. The Contractor must renew the carpeting in the locations specified in Table 1. New carpeting must be in accordance with PC 2 of Coast Guard Drawing 154WPC 634-301. Perform all tasks specified in SFLC Std Spec 6341 and herein. 3.2.1 Deck covering color. PC 2 of Coast Guard Drawing 154WPC 634-301 must be color navy blue. 3.2.2 Visual inspection. Prior to installation, the Contractor must perform a visual inspection of all exposed deck surfaces. Submit a CFR. 3.2.3 Cove Base. The Contractor must renew all associated cove base (PC 7 on Coast Guard Drawing 154WPC 634-301) for each compartment listed in Table 1 if the associated Cove Base column is marked USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023 52 (REV-0) �YES�. 4 inch wide cove base must be installed in lieu of 2.5 inch wide cove base as specified on the dwg. Use Black cove base for renewals. 3.2.4 Carpet Edging Adjacent to Hatches. In lieu of rubber edging as shown in the image below, all carpet edges that butt up against hatches must have a sewn edge similar to the edge that surrounds the carpet attached directly to the hatch cover, as shown below. Per provided SOW. X: Regulations while onboard Coast Guard Base Miami Beach: 1. Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flag pole & maintain silence and all vehicles & equipment will halt during these brief events. 2. The construction site shall be maintained in a clean condition at all times. This included daily clean-ups of the construction and storage areas (FAR 52.236-12). The site shall be well lit and well barricaded/cordoned off as appropriate. 3. Contractors are welcome to eat breakfast & lunch on Base in the base galley at cost. Breakfast is served from 0600-0730 daily & lunch will be served from 1200-1300 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled clothing. The Coast guard reserves the right to refuse service to anyone it deems dirty. 4. There are two smoking areas on base, one in the central northern parking lot covered by the tiki hut & one in the NW corner of the southern larger parking lot. No smoking is permitted anywhere else on base. 5. Contractors are welcome to utilize the Base�s Exchange store; however, contracted personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it. 6. Traffic Regulations: a) 10 mph speed limit b) No use of cell phones is permitted while driving vehicles or operating heavy machinery c) All personnel shall obey all marked traffic signals including stop signs & stop lights. 7. Absolutely no firearms or weapons of any kind are allowed onboard Base Miami Beach. 8. Only American citizens and permanent resident aliens are allowed onboard Base Miami Beach Facilities. Absolutely no foreign nationals are permitted on the premises. 9. Notice shall be given to the Coast Guard�s representative 1 week in advance of any planned power, water, sewage or lighting outages. 10. The contractor shall provide a consolidated list of all contracted personnel including their driver�s license numbers (or other valid gov�t issued ID number) who will be working on Base Miami Beach Facilities either the day of or prior to the notice to proceed date. 11. Contractors are welcome to utilize the restrooms on the 1st decks of Buildings 3, 4, and 7 providing they are clean and do not track mud, dirt or any other debris into the restrooms. 12. Should warnings of gale force or stronger winds, or other inbound natural disasters be issued, the contractor shall take every practicable precaution to minimize the danger to persons, to the work, and the adjacent property. These precautions shall include closing all openings, removing all loose materials, tools and equipment from exposed locations, and removing or securing scaffolding, securing field trailers, and other appropriate equipment and other temporary work. 13. No personnel other than the contracting officer has the authority to alter the terms of any contract or to issue any change orders. 14. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search at all times. Additionally at all times due to security and operational needs, the contractors is subject to orders to evacuate the property at any time. 15. Due to the compact & dense nature of operations & support functions ongoing on board Base Miami Beach all efforts within reason to minimize the size and footprint of the contractor�s lay down area shall be taken. Contractors shall carpool as much as possible to minimize the number of vehicles needing parking on Base. At a minimum, the ratio of contractors to contractor vehicles shall be no less than 2:1. 16. All piers on base Miami Beach are load restricted in some form. If contractors need to bring heavy equipment (cranes, forklifts, 18 wheelers, man-lifts, construction equipment, backhoes, excavators or other equipment heavier than standard sedans) closer than 40� to any pier on base to complete their project the contractor shall submit a request for information (RFI) to the Contractor�s representative. Location of Work: U.S. Coast Guard Base Miami Beach USCGC Margaret Norvell 100 MacArthur Causeway Miami Beach, FL 33139 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 Mr. Bryan Goltz for a site visit which will be held on Friday Jan 20, 2023 at 10:00AM EST. For scheduling contact Mr. Bryan Goltz via email Bryan.W.Goltz@uscg.mil Or via phone at (305) 535-4337. **All Questions and Answers will not be accepted after 23 Jan 2023 at 10:00AM 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 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/49a9d238fde94f57b17a47c1b910b86d/view)
 
Place of Performance
Address: Miami Beach, FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN06562762-F 20230114/230112230107 (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.