Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

Y -- USCG Base Borinquen Interior Painting & Paint Stabilization

Notice Date
2/22/2021 11:37:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-21-Q-281PMW03800
 
Response Due
3/5/2021 12:00:00 PM
 
Archive Date
03/20/2021
 
Point of Contact
Luke Mayotte, Phone: 787-370-6602
 
E-Mail Address
luke.p.mayotte1@uscg.mil
(luke.p.mayotte1@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 70Z028-21-Q-281PMW03800. �Applicable North American Industry Classification Standard (NAICS) codes are: 562910 Remediation Services, Size standard in Millions ($19.0) 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: 10 business days after close of solicitation, OOA 22 Mar 2021 Quotes are to be received no later than close of business (3 p.m.) on 05 March 2021 and are to be sent via e-mail to Mehdi.Bouayad@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: Mehdi Bouayad 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: PR20210001� Rev 11 dated 01/01/2021 SCOPE OF WORK:� Provide all labor, materials, tools, equipment and supervision necessary to provide interior painting, and interior and exterior paint stabilization for type A, B and D, housing units in the Housing Area at the U.S. Coast Guard Base Detachment Borinquen, Aguadilla, PR. Per provided SOW. Contractor must be EPA Lead Safe Certified firm to be a qualifying bidder. Must submit appropriate documentation of Lead Safe certification and personnel EPA Lead Renovator RRP trainings with bid document. Contractor must comply with EPA Lead Renovation and Painting rules, local EQB requirements, and OSHA regulations. At completion of work, must submit copies of EPA Renovation Recordkeeping Checklist for each residence�where work is performed. Must submit price breakdown and proposed schedule. Estimated quantities are included in the scope of work. USCG will supply Lead Lock primer for all lead stabilization work. Location of Work: USCG Air Station Borinquen 260 Calle Guard Aguadilla, PR� 00603 NTE:� $35K � 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 LCDR Luke Mayotte for a site visit which will be held on Feb 26 2021 at 10:00AM EST. For scheduling contact LCDR Luke Mayotte via email luke.p.mayotte1@uscg.mil or phone at 787-370-6602. All Questions and Answers will not be accepted after March 1 2021 at 1:00PM 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, 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 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://beta.sam.gov/opp/10a2347f38b04b71af4e26681eacb393/view)
 
Place of Performance
Address: Aguadilla, PR 00603, USA
Zip Code: 00603
Country: USA
 
Record
SN05922839-F 20210224/210222230107 (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  © 1994-2020, Loren Data Corp.