Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
AWARD

41 -- Galley Freezer Door Replacement at Base Miami Beach

Notice Date
5/16/2023 4:20:25 AM
 
Notice Type
Award Notice
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
31020PR230000142
 
Archive Date
06/02/2023
 
Point of Contact
MEHDI BOUAYAD, Phone: 305-415-7095, Mr. Boris Abello, Phone: 786-486-7597
 
E-Mail Address
MEHDI.BOUAYAD@USCG.MIL, Boris.Abello@uscg.mil
(MEHDI.BOUAYAD@USCG.MIL, Boris.Abello@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
70Z02823PMIAM0079
 
Award Date
05/18/2023
 
Awardee
INDUSTRIAL UP LLC FL 34771-7875 USA
 
Award Amount
16165.00
 
Description
The US Coast Guard Office of Procurement & Contracting Miami Detachment (DOL 95) on behalf of U.S. Coast Guard Station Ft. Lauderdale intends to award a sole source firm fixed price Service purchase order for Galley Freezer door replacement as per SOW. Contractor is Industrial Up LLC: 2605 Mead Ave, Saint Cloud, FL 34771 The contractor shall provide parts and labor for Freezer door replacement. 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 repairs to the sewage line at the Coast Guard Station to prevent further damage to the 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) CONTRACTOR REQUIREMENTS General: United States Coast Guard Base Miami Beach is accepting proposals for qualified individuals or firms to remove and install new freezer and reefer door at BMB BLDG 3 Galley. Prior to submitting a quote, it is mandatory to examine the scope of work and it�s highly encouraged to visit the facility to take field measurements, evaluations, etc., and become familiar with existing conditions under which the work will be performed. After the award of contract, a pre-conference will be held prior to starting the work at Coast Guard Base Miami Beach. Location: United States Coast Guard Base Miami Beach 100 MacArthur Causeway, Miami Beach, FL 33139 Examination of Site: It is HIGHLY ENCOURAGED that bidders carefully inspect the work in place and verify the amount of work necessary to complete the job. Prospective bidders arrange for a tour of the job site by calling the point of contact, Mr. Boris Abello at (305) 695-2385 or by e-mail at Boris.Abello@uscg.mil, at least 3 working days in advance. I. Continuity of Facilities Operation: Schedule work to minimize interference with the facility�s normal operations. Normal operating hours are from 6:30am to 4:00pm Monday thru Friday except federal holidays. Any work during other hours shall be requested in writing at least 5 working days in advance and must be approved by the Contracting Officer. II. Notification of Start and Completion of Work: The Contractor shall notify Coast Guard one week prior to start of work. III. Coast Guard Contracting Officers Representative: The Contractor shall contact the Contracting Officer�s Representative (COR) to coordinate all construction efforts onboard Coast Guard Facilities. Mr. Boris Abello - COR Boris.Abello@uscg.mil 305-695-2385 CWO Garrett Pearsall Garrett.W.Pearsall@uscg.mil 305-535-4547 LT James C Taylor James.C.Taylor@uscg.mil 305-535-4589 IV: Recycling and Disposal of Refuse: Minor refuse, excess or waste materials resulting from construction operations may be disposed of in base dumpsters. All disposals shall be done in accordance with federal, state, and local laws and regulations. All bulk waste shall be disposed of in contractor provided dumpsters. V: Safety: During the execution of this contract, the Contractor shall conform to the rules and regulations as set forth by OSHA Safety and Health Standards, 29 CFR Part 1926 - Safety and Health Regulations for Construction. The contractor shall have a written safety plan as required in FAR 5.236-13. The plan shall unequivocally assign responsibility and authority for safety to the superintendent by name. Immediate notification to the Contracting Officer�s Representative of lost time due to accidents is required. Provide two copies of workman�s compensation accident reports by noon of the day following the accident. The Coast Guard reserves the right to bar any workers or supervisors from the premises should they be documented as violating set safety standards and regulations. VI. Inspection: The Contracting Officer�s Representative has the right to reject defective workmanship or materials or work not performed as per the project specifications. Only the Contracting Officer or his/her representative may accept work performed by the contractor. VII. Operations and Storage: The contractor is to take whatever steps necessary to ensure that his materials are protected. The Coast Guard has no responsibility for receipt, storage, or protection of contractor�s materials. All equipment, materials and supplies shall be addressed to the contractor. The Coast Guard will not accept shipments. The contractor is responsible for the protection of existing structures, utilities, work and vegetation. Any damage shall be repaired at the contractor�s expense. VIII. Contractor Identification: The contractor and subcontractor personnel shall always wear company identification and carry personal identification. IX. Existing Utilities: The Contractor shall field verify all utility locations before commencing work. This shall include, but not be limited to, the use of visual, sonic, electronic or magnetic detection devices. Contractor shall be responsible for repairing any utilities damaged during construction at no additional cost to the Government. X: Regulations while onboard Coast Guard Base Miami Beach: 1. Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flagpole & maintain silence and all vehicles & equipment will halt during these brief events. 2. The construction site shall always be maintained in a clean condition. This included daily clean-ups of the construction and storage areas (FAR 52.236-12). The site shall be well lit and well barricaded/cordoned off as appropriate. 3. Contractors are welcome to eat breakfast & lunch on Base in the base galley at cost. Breakfast is served from 0630-0730 daily & lunch will be served from 1130-1230 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled clothing. The Coast guard reserves the right to refuse service to anyone it deems dirty. 4. There are two smoking areas on base, one in the central northern parking lot covered by the tiki hut & one in the NW corner of the southern larger parking lot. No smoking is permitted anywhere else on base. 5. Contractors are welcome to utilize the Base�s Exchange store; however, contracted personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it. 6. Traffic Regulations: a) 10 mph speed limit b) No use of cell phones is permitted while driving vehicles or operating heavy machinery. c) All personnel shall obey all marked traffic signals including stop signs & stop lights. 7. Absolutely no firearms or weapons of any kind are allowed onboard Base Miami Beach. 8. Only American citizens and permanent resident aliens are allowed onboard Base Miami Beach Facilities. Absolutely no foreign nationals are permitted on the premises. 9. Notice shall be given to the Coast Guard�s representative 1 week in advance of any planned power, water, sewage or lighting outages. 10. The contractor shall provide a consolidated list of all contracted personnel including their driver�s license numbers (or other valid gov�t issued ID number) who will be working on Base Miami Beach Facilities either the day of or prior to the notice to proceed date. 11. Contractors are welcome to utilize the restrooms on the 1st decks of Buildings 3, 4, and 7 providing they are clean and do not track mud, dirt or any other debris into the restrooms. 12. Should warnings of gale force or stronger winds, or other inbound natural disasters be issued, the contractor shall take every practicable precaution to minimize the danger to persons, to the work, and the adjacent property. These precautions shall include closing all openings, removing all loose materials, tools and equipment from exposed locations, and removing or securing scaffolding, securing field trailers, and other appropriate equipment and other temporary work. 13. No personnel other than the Contracting Officer has the authority to alter the terms of any contract or to issue any change orders. 14. All contractor vehicles, equipment and gear onboard Coast Guard properties are always subject to search. Additionally, contractors are subject to orders to evacuate the property at any time. 15. Due to the compact & dense nature of operations & support functions ongoing on-board Base Miami Beach all efforts within reason to minimize the size and footprint of the contractor�s lay down area shall be taken. Contractors shall carpool as much as possible to minimize the number of vehicles needing parking on Base. At a minimum, the ratio of contractors to contractor vehicles shall be no less than 2:1. 16. All piers and waterfront bulkheads on base Miami Beach are load restricted in some form. If contractors need to bring heavy equipment (cranes, forklifts, 18 wheelers, man-lifts, construction equipment, backhoes, excavators or other equipment heavier than standard sedans) closer than 40� to any pier or waterfront bulkhead on Base to complete their project, the contractor shall submit a request for information (RFI) to the COR at least 1 week in advance. 17. The entrance bridge to Base Miami Beach is an HS20-44 rated bridge. Contractor cannot exceed this rating. If the combined vehicle, trailer, and payload weight is over 50,000 lbs. the contractor shall submit an RFI to the COR at least 1 week in advance. XI: SCOPE OF WORK: 1. Below work will be completed onboard Causeway Island. 2. Contractor shall provide ALL labor and materials necessary to complete the project. 3. Contractor shall comply with submittal requirements if applicable. 4. Contractor shall protect all equipment and merchandise in work locations. 5. Contractor shall shut off electrical power and lockout/tag out. 6. Contractor shall disconnect heating element and all electrical connections to freezer door. 7. Contractor shall remove freezer door. Please see Figure 1. 8. Contractor shall install new freezer door and frame into existing opening. 9. Contractor shall connect heating element and all electrical connections to new freezer door. 10. Contractor shall disconnect heating element all electrical connections from reefer door. 11. Contractor shall remove reefer door. Please see Figure 2. 12. Contractor shall install new reefer door and frame into existing opening. 13. Contractor shall connect heating element and all electrical connections to new reefer door. 14. Contractor shall remove lockout/tagout and restore power. 15. Contractor shall ensure proper operation to include proper seal when closed to newly installed freezer and reefer door. 16. Contractor shall be responsible for the removal of all trash and debris from project area upon completion. 17. All work must be approved by the Contracting Officer�s Representative. XII: SUBMITTALS: Submittals shall be approved before procurement, fabrication, or delivery of items to the job site. Partial submittals will not be accepted and will be returned without review. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable Federal, Military, industry and technical society publication references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. Failure to furnish required submittals can be cause for rejection of the material. Approval of submittals shall not relieve the contractor his obligation to comply with the contract specifications and drawings. 1. Manufacturer's Installation Instructions (3 each) Where installation procedures or any part hereof, are required to be in accordance with the instructions of the manufacturer of the material being installed, printed copies of these instruction and/or recommendations shall be furnished to the Contracting Officer prior to installation. Installation of the item will not be allowed to proceed until the instruction and/or recommendations are received. Failure to furnish these documents can be cause for reject of the material. With this submittal, explicitly identify in writing, any differences between manufacturer's instructions and the requirements specified herein. 2. Operation and Maintenance Manuals (3 each) Furnish an operation and maintenance manual section for each item of equipment. Furnish three copies of the complete manual bound in hardback binders. Furnish one complete manual prior to the time that equipment tests are performed and furnish the remaining manuals before the contract is completed. Inscribe the following identification on the cover: the words ""OPERATION AND MAINTENANCE MANUAL"", the name and location of the equipment, the name of the contractor, and the contract number. The manual shall include the names, addresses, and telephone numbers of each subcontractor installing equipment, and of the local representatives for each item of equipment. The manual shall have a table of contents and be assembled to conform to the table of contents with the tab sheets placed before instructions covering the subject. The instructions shall be legible and easily read, with large sheets of drawings folded in. The manual shall include: a complete description of the system, wiring and control diagrams with data to explain detailed operation and control of each item of equipment; a control sequence describing start-up, operation and shut-down instructions; installation instructions; maintenance instructions; lubrication schedule including type, grade, temperature range, and frequency; safety precautions, diagrams, and illustrations; test procedures; performance data; and parts list. The parts lists for equipment shall indicate the sources of supply, recommended spare parts, and the service organization, which is reasonably convenient to the project site. The manual shall be complete in all respects for equipment, controls, accessories, and associated appurtenances provided. Submit an electronic copy of Operation and Maintenance Manuals with all documents scanned to PDF format on a CD-ROM disk. 3. Operating Instructions (3 each) Furnish manufacturer's operating instructions for the principal mechanical and electrical components, for use by operating personnel. A copy shall be provided in each of the five operations and maintenance manuals. The sixth copy shall be laminated between thermoplastic sheets and affixed where directed by COR adjacent to each item of equipment. Operating instructions shall not face when exposed to sunlight and shall be secured to prevent easy removal or peeling. The operating instructions shall include wiring diagrams, control diagrams, and control sequences for each principal item of equipment. The instructions shall describe the functions of the equipment, its most economical operation, start-up and shutdown procedures, procedures to follow in the event of failure, normal maintenance practices, and caution and warning notices. Submit an electronic copy of Operating Instructions with all documents scanned to PDF format on a CD-ROM disk. XIII: WARRANTY: Submit three signed copies of Manufacturer�s Product Warranty for entrance system as follows: 1. Warranty Period: One year from date of completion of the project, provided that the limited warranty begins in no event later than six months from date of shipment by manufacturer. Ensure warranty language is identical to �as approved� version of the sample warranty submitted and returned from the COR. Applicable NAICS code:423740� � �Refrigeration Equipment and Supplies Merchant Wholesalers
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/831c940026ce41fd82d837b22c27750e/view)
 
Place of Performance
Address: FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN06683283-F 20230518/230517212018 (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.