Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2024 SAM #8382
SOLICITATION NOTICE

R -- USCG STA Cortez Inspection of the dock and the seawall.

Notice Date
11/6/2024 5:45:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
30326PR250000003
 
Response Due
11/22/2024 9:00:00 AM
 
Archive Date
12/07/2024
 
Point of Contact
BMC Derek Waters, Phone: (727) 502-8746
 
E-Mail Address
derek.g.waters@uscg.mil
(derek.g.waters@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 30326PR250000003. Applicable North American Industry Classification Standard (NAICS) codes are: 541990 All Other Professional, Scientific, And Technical Services 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: 10 business days after close of solicitation, OOA 03 Dec 2024 Quotes are to be received no later than close of business (3 p.m.) on 22 Nov 2024 and are to be sent via e-mail to angel.melendez@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: Angel Melendez 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: FL20240184 01/05/2024 SCOPE OF WORK: CONTRACT SPECIFICATIONS STA CORTEZ Seawall and Peir Inspection AT UNITED STATES COAST GUARD Station Cortez, Bradenton, Florida SECTION 01 11 00 SUMMARY OF WORK PART 1 GENERAL 1.1. GENERAL DESCRIPTION 1.1.1. General Work Requirements The contractor shall furnish all labor, tools, equipment, and materials necessary to conduct a detailed inspection of the dock and seawall along the shoreline at U.S. Coast Guard Station Cortez. The inspection area spans approximately 700 feet. The purpose of the inspection is to assess the structural integrity of the seawall and dock, identify areas of damage or wear, and provide recommendations for necessary repairs or improvements. This summary is not all inclusive and delineates only those work items deemed major to the contract. Ancillary work items necessary to complete the project are included as inherent to the work. 1.1.2. SPECIFIC WORK REQUIREMENTS A. Inspection of Seawall (1) Perform a visual and physical inspection of the approximately 700-foot-long seawall. Assess for signs of cracking, erosion, settling, or other structural concerns. (2) Document any areas where the seawall shows significant wear, damage, or structural compromise, including voids behind the wall or undermining of the footings. (3) Submit a detailed report outlining the current condition of the seawall, including photographic documentation, and provide recommendations for repairs or reinforcement where needed. B. Inspection of Dock (1) Inspect the dock structure, including the decking, supports, and pilings. Evaluate for signs of wear, decay, corrosion, or any structural weaknesses. (2) Assess the dock�s load-bearing capacity, structural alignment, and stability under current conditions. (3) Submit a report summarizing the dock�s condition, with photographs and recommendations for repairs or preventative maintenance. C. Recommendations and Reporting (1) Provide a comprehensive report summarizing the inspection findings for both the dock and seawall. (2) Include prioritized recommendations for immediate repairs, preventative maintenance, and possible structural improvements to ensure the long-term integrity and safety of both the dock and the seawall. (3) The report shall include photographic documentation and diagrams (if applicable), along with a list of recommended actions ranked by urgency. 1.1.3. Qualifications and Performance Requirements A. Qualifications (1) The inspection shall be performed by a contractor with experience in marine construction, dock, and seawall inspections. The contractor must be licensed and certified in structural engineering or a related field, with experience in similar coastal and marine projects. (2) Prior experience with dock and seawall inspections is required, and the contractor must provide documentation of previous relevant projects. B. Performance Requirements (1) All inspections and reports must comply with applicable local, state, and federal regulations for coastal and marine structures. (2) The contractor must ensure that all work is carried out in accordance with established safety protocols and environmental protection standards. (3) Any findings and recommendations must take into account long term structural stability and compliance with engineering best practices for marine environments. 1.1.4. Special Work Requirements A. Access and Coordination: The contractor shall coordinate with Station Cortez personnel to arrange access to the seawall and dock for the inspection. B. Environmental Protection: The contractor must take all necessary precautions to avoid disturbing marine life or natural habitats adjacent to the dock and seawall during the inspection. Any waste or debris generated during the inspection must be handled and disposed of in accordance with environmental regulations. 1.2. TEMPORARY FACILITIES OR UTILITIES The Coast Guard will provide access to necessary utilities, such as water and electricity, during the inspection. The contractor is responsible for providing any additional equipment and ensuring proper safety and handling of utility connections. 1.3. PROJECT PERFORMANCE PERIOD A. The total contract performance period shall include not only the time needed to complete the base bid and approved option items, but it also includes the time needed to submit, review, and approve all material submittals, and complete all project record (closeout) documents. After work begins at the site, perform the work continuously during normal working hours and show daily progress until all work is complete. B. The total contract performance period is 40 calendar days. 1.4. LOCATION The work is located at: U.S. Coast Guard Station Cortez 4530 124th St Ct W, Bradenton, 34215, Florida Arrangements for visiting the site may be made by contacting: BMC Waters, Derek Email: derek.g.waters@uscg.mil Telephone: (727) 502-8746 1.5. DRAWINGS ACCOMPANYING SPECIFICATION There are no drawings accompanying this specification. 1.6. WORK HOURS 1.6.1. Normal Working Hours A. Perform all work at the site from Monday through Friday from 7:00am to 4:00 pm, unless otherwise approved. This project requires a special schedule to prevent operational interruptions during the installation process. Please refer to the scope section for detailed coordination of working hours. The contractor shall plan a schedule to minimize disruptions to building operations. B. Performing the work beyond the listed working hours is at the discretion of the Coast Guard unit and the contractor must gain prior approval. 1.7. SPECIFIC ENVIRONMENTAL REQUIREMENTS The contractor shall comply with all applicable environmental protection laws and regulations, including those related to the protection of coastal areas, marine habitats, and the disposal of waste materials. Any hazardous materials encountered during the inspection shall be handled and disposed of in accordance with relevant laws and guidelines 1.8. SAFETY PROGRAM 1.8.1. General The Contractor is wholly responsible for work site safety. Implement a safety program that protects the lives and health of personnel in the construction area, prevents damage to property and avoids work interruptions. Provide appropriate safety measures including but not limited to barricades, signs and signal lights as well as complying with the requirements of all applicable federal, State and local safety laws, rules and regulations. 1.9. AVAILABILITY OF UTILITY SERVICES A. Reasonable amounts of the following utilities will be made available to the Contractor without charge. (1) Electricity, and (2) Potable Water. B. The Contractor shall pay all costs incurred in connecting, converting, and transferring the utilities to the work. The contractor shall be responsible for making connections including providing back flow preventers, transformers and for disconnection. The contractor shall provide temporary toilet facilities for their personnel. 1.10. UNDERGROUND AND CONCEALED UTILITIES A. Any utility locations provided are diagrammatic, not exact. B. Physically verify the location and elevation of the existing underground and concealed utilities local to the work area. Employ techniques to scan the construction site including electromagnetic and sonic equipment prior to commencing the work. Mark the surface of the ground where existing underground utilities are discovered. 1.11. UTILITY OUTAGES Identify the utility, reason for interruption, proposed time of interruption, and duration of interruption. Do not interrupt utilities until authorized by the Contracting Officer�s Representative (COR). 1.12. CONTRACTOR USE OF PREMISES The work shall be performed on a Coast Guard operational military installation. Become familiar with and obey station fire, traffic, and security regulations. Personnel shall not stray from the immediate area of work or direct avenues of ingress and egress unless authorized in advance by the COR. Isolate each construction area with temporary partitions and dust controls. Provide movable high-visibility safety fencing about all work areas and equipment laydown areas located outdoors. Provide temporary covers on excavations that remain open overnight. 1.13. CLEANUP The Contractor shall keep the work area, including the laydown and storage area, free from accumulations of waste materials on a daily basis and comply with all federal, state, and local regulations pertaining to the storage, transport, and disposal of wastes. The Contractor shall not use Coast Guard waste disposal facilities including garbage cans, trash piles, or dumpsters. 1.14. ENVIRONMENTAL 1.14.1. Protection of the Environment The Contractor shall comply with all applicable federal, state, and local laws and regulations for the protection of the environment, including but not limited to the Endangered Species Act (ESA), Bald and Golden Eagle Protection Act (BGEPA), the Migratory Bird Treaty Act (MBTA), National Historic Preservation Act (NHPA), the Resource Conservation and Recovery Act (RCRA), and Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). 1.14.2. Generated Waste A. Any waste generated because of the project shall either be recycled or be disposed of in accordance with RCRA requirements. B. Any hazardous waste shall be manifested off site with the Coast Guard unit listed as the Generator and signatory. Any hazardous waste shall be analyzed, characterized, stored, and disposed of in accordance with RCRA and all applicable federal, state, and local laws and ordinances. C. Hazardous waste shall be properly transported and delivered to an appropriate facility. The Contractor shall submit for COR approval the proposed disposal facility, qualifications of the transporters, and the draft hazardous waste manifest. 1.15. DISPOSITION OF MATERIALS A. All materials including construction debris and equipment shall be removed from Government property. The Government will not be responsible for the condition or loss of, or damage to, such property after notice to proceed. Materials and equipment shall not be viewed by prospective purchasers or sold on the site. B. The Contractor shall submit the disposal receipt from the landfill within 10 working days of disposal. 1.16. STORM PROTECTION The Contractor shall take every practicable precaution to minimize danger from storms to personnel, the work, and to adjacent property. Precautions shall include, but not be limited to, closing all opening, removing all loose materials, tools, and equipment from exposed locations, and removing or securing scaffolding and other temporary work. 1.17. RECEIPT OF MATERIALS The Contractor is responsible to receive all equipment, materials, and supplies. 1.18. DELIVERY AND STORAGE The Contractor is responsible for the proper transport and storage of all equipment and materials. 1.19. SECURITY A. Submit a list of the names of all personnel working on the project site prior to the preconstruction conference for approval. The roster shall be submitted via email, and at a minimum, include the first name, last name, job description, and company of employment. B. Immediately submit a new list upon a change in on-site project personnel. Refer to the paragraph titled, Special Notice Prior Notification, for notification requirements. Only personnel on the approved list are allowed onto the project site. C. All approved personnel shall carry a valid, Government-issued identification while on Government property in conformance with the Real ID Act of 2005. Non-compliant personnel shall be escorted off Government property. 1.20. FINAL INSPECTION AND ACCEPTANCE A. Electronically submit a written request for final acceptance to the Coast Guard. 1.21. WARRANTIES A. Endorse all warranties or guarantees to the Government. 1.22. TRAINING A. The Contractor shall provide training to unit personnel in the operation of the equipment. The Operation and Maintenance Manuals shall be approved and provided to the unit prior to the training. 1.23. SUBMITTALS A. Submittals will be reviewed by the Coast Guard and returned within 10 working days after receipt, unless otherwise stated. 1.24. SUBMITTAL LIST A. ROSTER OF PERSONNEL (1) As required by the paragraph titled Security. B. PROJECT SCHEDULE (1) Prepare a Construction Progress Schedule. It shall include all major milestones and events for the entire duration of the construction contract. C. SAFETY PLAN (1) At a minimum, describe the general safety program and identify specific safety provisions for hazards incidental to the contract work such as elevated working surfaces, or similar conditions of the work. Comply with the paragraph titled Safety Program. D. PRODUCT DATA (1) Submit the product data sheet for each manufactured item. It shall include the manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves and catalog cuts. Submit complete descriptive data for each type of material. Clearly mark data to indicate the type of material to be provided. 1.24.2. OPERATION AND MAINTENANCE MANUALS A. Submit electronically and provide the following: (1) Contact information for the prime contractor, sub-contractor, and major equipment vendor/supplier; (2) Warranty information; (3) Test procedures; (4) Results of all testing and commissioning procedures; (5) Performance data; (6) A control sequence describing start-up, operation and shut-down instructions; (7) Installation instructions; (8) Maintenance instructions; (9) Operating instructions; (10) Parts list. -- End of Section -- 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 BMC Derick Waters for a site visit which will be held on Wednesday NOV 13, 2024 at 09:00AM EST. For scheduling contact Mr. Waters via email derek.g.waters@uscg.mil Or via phone at (727) 502-8746. **All Questions and Answers will not be accepted after 18 Nov 2024 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa60fd69f5e24efea2af2918c314f82b/view)
 
Place of Performance
Address: Cortez, FL 34215, USA
Zip Code: 34215
Country: USA
 
Record
SN07258280-F 20241108/241106230101 (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.