Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOLICITATION NOTICE

J -- USCGC Robert Yered Awning Replacement

Notice Date
12/6/2023 9:02:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
13904PR240000001
 
Response Due
12/15/2023 9:00:00 AM
 
Archive Date
12/30/2023
 
Point of Contact
Ulric M. Waldron, Phone: 3054157085
 
E-Mail Address
Ulric.Waldron@uscg.mil
(Ulric.Waldron@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�13904PR240000001. �Applicable North American Industry Classification Standard (NAICS) codes are:�336611 Ship Building and Repairing, Size standard in number of Employees (1000) 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: 20 business days after close of solicitation, OOA 10 Jan 2024 Quotes are to be received no later than close of business (12:00 p.m.) on 15 Dec 2023 and are to be sent via e-mail to Ulric.Waldron@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: Ulric Waldron 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 (www.SAM.gov). Wage determinations: 2015-4543 Rev 21 dated 06/07/2022 SCOPE OF WORK:� The work of this project is defined by the contract documents and consists of the following: In general, the project consists of all work, including labor, equipment and materials, necessary to remediate corrosion on several pieces of aluminum hardware on the Coast Guard Cutter Paul Clark.� This includes Replacing both front and back Canvas Awnings for the following: a.����� Front Awning Aluminum Frame� Front Replacing Old Canvas Awning with New Rear Replacing old Canvas Awning with New 1.4 ������������ WORK SEQUENCE The work shall be conducted by the contractor to provide the least possible interference to the activities of government personnel. Please provide notification to Coast Guard at least one full week prior to starting work.� 1.5 ������������� WORK BY GOVERNMENT General:� Cooperate fully with Government so work may be carried out smoothly, without interfering with or delaying work under this contract or work by Government.� Coordinate the work of this contract with work performed by Government.� Contractor shall cooperate fully with other contractors that may also be working in the area or onboard the CGCRobert Yered. 1.6 ����������� ACCESS TO SITE General:� During the project period the contractor shall have limited use of project site for construction operations as indicated on drawings, as indicated by requirements of this Section, and as specified by the Contracting Officer. Material storage and work areas shall be as designated by the Contracting Officer�s Representative (COR).� The COR shall be the contractors main POC for the work contained in this project.� The COR for this project shall be: BMC Michael Valdes USCGC Robert Yered� Email:Michael.R.Valdes@uscg.mil�Phone: 305-535-4442 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: USCGC Robert Yered 100 MACARTHUR CAUSEWAY MIAMI BEACH, FL 33139 Performance Period: �Performance of work is expected to commence NLT 20 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays. **All Questions and Answers will not be accepted after 12 Dec 2023 at 3:00PM EST. APPLICABLE FAR CLAUSES FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Then 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://sam.gov/opp/410138892b7044029ff5404a7fe40452/view)
 
Place of Performance
Address: Miami Beach, FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN06904062-F 20231208/231206230044 (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.