SOLICITATION NOTICE
Z -- Generator maintenance at Coast Guard Station Ponce de Leon Inlet
- Notice Date
- 8/2/2024 8:21:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 70Z028-24-Q-0000
- Response Due
- 8/14/2024 12:00:00 PM
- Archive Date
- 08/29/2024
- Point of Contact
- Jerry Lopez, Phone: 3054157080, Hunter Watkins, Phone: 386-428-9085
- E-Mail Address
-
jerry.lopez@uscg.mil, Hunter.T.Watkins@uscg.mil
(jerry.lopez@uscg.mil, Hunter.T.Watkins@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment to Solicitation 02 Aug 2024: Vendor site visit has been scheduled for Wednesday 07 August 2024 0900.� Please contact Hunter Watkins, Hunter.T.Watkins@uscg.mil in order to be added to the site visit list.� Also ensure you have a valid gov't issued ID so you may be granted access to the Gov't facility. This combined synopsis/solicitation for services is 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 70Z028-24-Q-0000209. �Applicable North American Industry Classification Standard (NAICS) codes are: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, size standard:� $12.5 Million This requirement is for a firm fixed price services 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, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA). When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision for Generator maintenance per provided PWS Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested. Contract will be awarded to the vendor who can perform the work outlined in the provided PWS in the time frame needed/required for the equipment listed on the PWS.� Past Performance and Cost factors will also be used when selecting the award. Anticipated award date: 5 business days after close of solicitation, 22 August 2024 Quotes are to be received no later than close of business (3 p.m.) on 14 August 2024. Quotes can be email to: �Jerry.Lopez@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 Sam.Gov Wage determinations: 2015-4533, Rev 24 dated 07/22/2024 SCOPE OF WORK:� Contractor to provide generator maintenance services at Coast Guard Station Ponce De Leon, New Smyrna Beach, FL per provided PWS. Location: USCG Station Ponce de Leon 2999 N Peninsula Avenue New Smyrna Beach, FL.� 32169 Period: �Performance of work is expected to commence within 5 days after the award.� This award will be a base plus 4 option years. 52.217-9�Option to Extend the Term of the Contract The Government�may�extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least�__60___�days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)�If the Government exercises this�option, the extended contract�shall�be considered to include this�option�clause. (c)�The total duration of this contract, including the exercise of any�options�under this clause,�shall�not exceed�60 months. Site visit:� It is highly recommended and encouraged that a site visit is performed at the Station �to field verify the requirements within the �PWS and speak with the unit POC for this maintenance service.� Vendors shall contact: Chief Petty Officer Hunter Watkins, email:� �Hunter.T.Watkins@uscg.mil� Phone 386-428-9085 Or Petty Officer Ethan Maulding, email:� �Ethan.G.Mauldin@uscg.mil� Phone:� 360-268-0121 Q&A�s:� Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 07 August 2024.� These Q&A�s will be answered and posted to this solicitation as an amendment to solicitation prior to close. 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) 52.2222-41 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. 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/9f8a238f1c0442ef8b496e7f48630fdb/view)
- Place of Performance
- Address: New Smyrna Beach, FL 32169, USA
- Zip Code: 32169
- Country: USA
- Zip Code: 32169
- Record
- SN07154772-F 20240804/240802230119 (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 |