Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2025 SAM #8566
SOLICITATION NOTICE

Z -- USCG Sector St. Petersburg Replacement of ATON Optics Shed

Notice Date
5/8/2025 5:19:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
37130PR250000051
 
Response Due
5/28/2025 12:00:00 PM
 
Archive Date
06/12/2025
 
Point of Contact
BM1 Brian Harvey, Phone: 727-824-7636, MK1 Adam Long, Phone: 727-824-7636
 
E-Mail Address
brian.r.harvey@uscg.mil, adam.d.long@uscg.mil
(brian.r.harvey@uscg.mil, adam.d.long@uscg.mil)
 
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 37130PR250000051. Applicable North American Industry Classification Standard (NAICS) codes are: 238990 - All Other Specialty Trade Contractors 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. Quotes are to be received no later than close of business (3 p.m.) on 28 May 2025 and are to be sent via e-mail to angel.melendez@uscg.mil Anticipated award date: 10 business days after close of solicitation, OOA 06 June 2025 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 FEDBIZOPS (www.fbo.gov). Wage determinations: FL20240184 01/05/2024 SCOPE OF WORK: DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD U.S. Coast Guard Sector St. Petersburg 600 8th Ave SE St. Petersburg, FL 33701 STATEMENT OF WORK FOR Replacement of ATON Optics Shed Located at: 600 8th Ave SE St. Petersburg, FL 33701 GENERAL REQUIREMENTS PART 1 GENERAL 1. INTENT: The intent of this self-help project is to demolish the current ATON optics shed and construct a new shed in its place at USCG Sector St. Petersburg located at 600 8th Ave SE, St. Petersburg, FL 33701. 2. SCOPE OF WORK: The Contractor shall provide all labor, materials, and equipment to meet all specifications for demolition and construction of the ATON optics shed at USCG Sector St. Petersburg. 3. QUALIFICATIONS: Contractor shall provide personnel who have the knowledge, qualifications, and working experience to perform the functions outlined in the Performance Requirements. All personnel shall have an understanding of general construction. 4. CONTINUITY OF FACILITIES OPERATION: Contractor shall schedule work to minimize interference with the facility�s normal operations. Perform all on-site work between the hours of 8:00 AM and 4:00 PM, Monday through Friday (federal holidays excluded), unless otherwise approved by the Contracting Officer or Contracting Officer�s designated representative. 5. GOVERNMENT FURNISHED MATERIALS: None PART 2 PERFORMANCE STANDARDS 1. PERFORMANCE REQUIREMENTS: Contractor shall perform the following: A. Demolish existing optics shed. B. Construct new shed to following specifications: 1) 12�x18�, with a 6�8� sidewall height 2) Style: lofted barn 3) Base: pressure treated skids 4 4)Siding: LP Smartside 5)Roof Pitch: standard 6)Door: Wood door, 6� 7)Roll-up Door: white, 9� roll-up door 8)Windows: two white, 36�x10� dual pane 9)Flooring: Double 5/8 LP ProStruct 10)Loft: 2�-4� loft 11)Vent: full length ridge vent 12)Anchored to the ground 13)12� joist spacing per foot of building 2.SITE VISIT: Site visits are recommended. All site visits should be scheduled with theContracting Officer, Facilities Engineer and/or their designated representative. 3.PERFORMANCE STANDARDS: The COTR or Contracting Officer may inspect, at anytime, the progression of work to ensure compliance with the contract. The proper adherence toall safety procedures is required prior, during and after work being performed. The contractorshall furnish all personnel with and require donning of required personal protective equipment(PPE). The contractor shall safeguard the public and Government personnel, property, materials,supplies, and equipment exposed to contractor operations and activities, and avoid interruptionsof Government operations in the performance of services. 4.DELIVERABLES: Should any discrepancies be found during inspections that would incuradded cost outside of this standard scope of work, contractor shall provide a detailed quote forrepairs within 72 hours to the unit POC. 5.LIABILITY OF DAMAGES: The contractor shall be liable for all damages to governmentequipment and property when such damage is due to fault or negligence of the contractor. Thecontractor shall be responsible for all damages or injury to persons that occur as a result of thecontractor�s fault or negligence. The contractor shall take proper safety and health precautions toprotect the work the workers, the public, and the property of others. 6.POINTS OF CONTACT: Primary POC: BM1 Brian Harvey Email: Brian.R.Harvey@uscg.mil Phone: (727) 824-7648 Secondary POC: MK1 Adam Long Email: Adam.D.Long@uscg.mil Phone: (727) 824-7636 # 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�scontact BM1 Brian Harvey for a site visit which will be held on Monday May 19, 2025 at 09:00AM EST. For scheduling contact Mr. Harvey via email Brian.R.Harvey@uscg.mil Or via phone at (727) 824-7648. **All Questions and Answers will not be accepted after 23 May 2025 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/03aaaf5ed95844239197b955818d2924/view)
 
Place of Performance
Address: Saint Petersburg, FL 33701, USA
Zip Code: 33701
Country: USA
 
Record
SN07435839-F 20250510/250508230048 (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.