SPECIAL NOTICE
J -- USCG Air Station Miami HVAC Replacement
- Notice Date
- 4/11/2025 6:46:08 AM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 20140PR250000147
- Response Due
- 4/14/2025 9:00:00 AM
- Archive Date
- 04/14/2025
- Point of Contact
- Angel Melendez, Phone: (571) 608-8728
- E-Mail Address
-
angel.melendez@uscg.mil
(angel.melendez@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Coast Guard Office of Procurement & Contracting Miami Detachment (DOL 95) on behalf of U.S. Coast Guard AIRSTA Miami intends to award a sole source firm fixed price Service purchase order. The contractor shall provide all parts and services to perform AC Replacement at U.S. Coast Guard AIRSTA Miami per provide SOW. Interested parties that believe they could satisfy the requirements listed above must clearly identify their capability to do so in writing on or before the response date for this notice. This notice of intent is not a solicitation. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission objective of the replacement of air conditioning system. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This is NOT a request for quotes or proposals. STATEMENT OF WORK (SOW) CONTRACT SPECIFICATIONS Replace Air Conditioning System AT UNITED STATES COAST GUARD Air Station Miami, Opa Locka, Florida PROJECT NUMBER ******* March 2025 SUMMARY OF WORK PART 1 GENERAL GENERAL DESCRIPTION General Work Requirements Furnish all labor, tools, equipment, and materials to replace failed A/C system at Air Station Miami�s building 110. The Base Bid work generally includes, but is not limited to, the following: A. Contractor shall provide and install a new 10-ton condensing unit. B. Contractor shall provide a new air handling unit compatible with new condensing unit. C. Contractor shall be responsible for disconnection and removal of existing condensing unit and air handler and associated components. D. Contractor shall be responsible for the removal and handling of existing refrigerant and for re-charging the system with new refrigerant E. This summary is not all inclusive and delineates only those work items deemed as major to the contract. Ancillary work items necessary to attain the completed project, shall be included in the contract as inherent to the work. SPECIFIC WORK REQUIREMENTS F. Qualifications (1) The installation shall be performed by an HVAC technician certified in the state of Florida. (1) The installation shall comply with the most current edition of the National Electric Code. SPECIAL WORK REQUIREMENTS G. Comply with all hot work requirements of the Coast Guard unit. H. Coordinate all staging and laydown areas with the Coast Guard prior to work starting. TEMPORARY FACILITIES OR UTILITIES None required. PROJECT PERFORMANCE PERIOD I. 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. J. The total contract performance period is 120 calendar days. LOCATION The work is located at: U.S. Coast Guard Air Station Miami Building 110 14750 NW 44th Ct Opa Locka FL, 33054 Arrangements for visiting the site may be made by contacting: LT Thomas Jones Email: Thomas.m.jones@uscg.mil Telephone: (305) 953-2166 DRAWINGS ACCOMPANYING SPECIFICATION There are no drawings accompanying this specification. WORK HOURS Normal Working Hours K. 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. L. Performing the work beyond the listed working hours is at the discretion of the Coast Guard unit and the contractor must gain prior approval. SPECIFIC ENVIRONMENTAL REQUIREMENTS There are no specific environmental requirements. Refer to section titled Environmental for general environmental requirements. SAFETY PROGRAM 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. AVAILABILITY OF UTILITY SERVICES M. Reasonable amounts of the following utilities will be made available to the Contractor without charge. (1) Electricity, andPotable Water. N. 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. UNDERGROUND AND CONCEALED UTILITIES O. Any utility locations provided are diagrammatic, not exact. P. 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. 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). 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. 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. ENVIRONMENTAL 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). Generated Waste Q. Any waste generated because of the project shall either be recycled or be disposed of in accordance with RCRA requirements. R. 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. S. 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. DISPOSITION OF MATERIALS T. 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. U. The Contractor shall submit the disposal receipt from the landfill within 10 working days of disposal. 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. RECEIPT OF MATERIALS The Contractor is responsible to receive all equipment, materials, and supplies. DELIVERY AND STORAGE The Contractor is responsible for the proper transport and storage of all equipment and materials. SECURITY V. 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. W. 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. X. 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. FINAL INSPECTION AND ACCEPTANCE Y. Electronically submit a written request for final acceptance to the Coast Guard. WARRANTIES Z. Endorse all warranties or guarantees to the Government. TRAINING AA. 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. SUBMITTALS BB. Submittals will be reviewed by the Coast Guard and returned within 10 working days after receipt, unless otherwise stated. SUBMITTAL LIST CC. ROSTER OF PERSONNEL As required by the paragraph titled Security. DD. PROJECT SCHEDULE Prepare a Construction Progress Schedule. It shall include all major milestones and events for the entire duration of the construction contract. EE. SAFETY PLAN 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. FF. PRODUCT DATA 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. OPERATION AND MAINTENANCE MANUALS GG. Submit electronically and provide the following: Contact information for the prime contractor, sub-contractor, and major equipment vendor/supplier; Warranty information; Test procedures; Results of all testing and commissioning procedures; Performance data; A control sequence describing start-up, operation and shut-down instructions; Installation instructions; Maintenance instructions; Operating instructions; Parts list. -- End of Section -- The USCG shall not be liable for any amount expended by the Contractor in excess of the applicable firm fixed price reflected in the schedule unless prior written authorization has been given by the Contracting Officer. If the cost to repair an item is greater than the firm fixed price reflected in the schedule, the Contractor shall submit a quotation for the over-and-above repair cost to the Contracting Officer. The quotation shall be valid for thirty (30) days and shall include the following: � Description of each discrepancy found. � Number of labor hours per discipline required to complete each discrepancy. � Cost of part(s). � Total dollar amount for each discrepancy. � Total dollar amount for complete list of discrepancies. � Estimated repair turnaround time (TAT). � Purchase order and applicable line item. The Contractor must receive a written modification signed by the Contracting Officer that authorizes the over-and-above repair(s) prior to the commencement of work. Once the repair quotations are received, the Contracting Officer will respond via a written modification within thirty (30) days as to whether the quotes are approved or declined. Applicable NAICS code: NAICS 238220 - Plumbing, Heating, and Air-Conditioning Contractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98332a6d4d914ed597b22aca90ea86f0/view)
- Place of Performance
- Address: Opa Locka, FL 33054, USA
- Zip Code: 33054
- Country: USA
- Zip Code: 33054
- Record
- SN07405915-F 20250413/250411230051 (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 |