Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
SOLICITATION NOTICE

Y -- USCG Station Fort Pierce Flag Pool Replacement

Notice Date
4/29/2024 6:37:05 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
30310PR240000004
 
Response Due
5/13/2024 12:00:00 PM
 
Archive Date
05/28/2024
 
Point of Contact
MK1 Adam Muniz, Phone: 3022272440, CHIEF ALEXANDER KULL, Phone: 2172731543
 
E-Mail Address
adam.l.muniz@uscg.mil, ALEXANDER.R.KULL@USCG.MIL
(adam.l.muniz@uscg.mil, ALEXANDER.R.KULL@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 30310PR240000004. �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: 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 23 May 2024 Quotes are to be received no later than close of business (3 p.m. EST) on Monday 13 May 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 (www.sam.gov). Wage determinations: FL20240184 01/05/2024 SCOPE OF WORK: DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD STATION FORT PIERCE, FL SPECIFICATIONS FOR Flag Pole Replacement General: This scope of work encompasses the removal of the existing flag pole, installation of a new flag pole, foundation preparation, logistics, compliance with regulations, safety measures, and documentation requirements. Location: United States Coast Guard Station Fort Pierce 900 Seaway Drive Fort Pierce, FL 34949 I. Continuity of Facilities Operation: Schedule work to minimize interference with the facility�s normal operations. All work will be scheduled through the unit EPO or other designated personnel. II. Notification of Start and Completion of Work: The Contractor shall notify Coast Guard once the parts are on hand and technicians are available for scheduling. III. Coast Guard Contracting Officers Representative: N/A IV: Recycling and Disposal of Refuse: Minor refuse, excess or waste materials resulting from service may be disposed of in base dumpsters. All disposals shall be done in accordance with federal, state, and local laws and regulations. Any bulk waste shall be disposed by contractor. V: Safety: During the execution of this service, 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: Once service is complete a full system test will be completed by the technicians to verify proper operations. VII. Operations and Storage: The contractor is to take whatever steps necessary to ensure that his/her 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. 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 Station Fort Pierce: 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 be maintained in a clean condition at all times. 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. There is one smoking area on base at the northeast corner of the property near the tiki hut. 4. Traffic Regulations: a) 10 mph speed limit b) No use of cell phones is permitted while driving vehicles or operating heavy machinery 5. Absolutely no firearms or weapons of any kind are allowed onboard Station Fort Pierce. 6. Notice shall be given to the Coast Guard�s representative 1 week in advance of any planned power, water, sewage, or lighting outages. 7. 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 Station Fort Pierce facilities. 8. Contractors are welcome to utilize the restrooms. 9. No personnel other than the contracting officer has the authority to alter the terms of any contract or to issue any change orders. 10. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search at all times. Additionally at all times due to security and operational needs, the contractors are subject to orders to evacuate the property at any time. VIII: SCOPE OF WORK: Contractor shall provide all labor, materials, and equipment necessary to complete the following unless noted below:Removal of Existing Flag Pole: Dismantle and remove the existing flag pole, which exhibits severe corrosion and poses an imminent risk of collapse.Utilize cutting methods if necessary to remove the mounting plate, which is completely rusted and preventing safe removal.Dispose of all removed materials in accordance with local regulations and requirements. Installation of New Flag Pole: Install a new 35-foot tilting flag pole with a yardarm at the designated location. Ensure proper alignment and anchoring of the new flag pole to the ground. Attach a 5"" butt tilting shoe base to provide stability and flexibility. Foundation Preparation: Excavate and prepare the foundation for the new flagpole. Pour concrete up to 4 yards to create a stable base for the flag pole. Logistics and Freight: Arrange for the transportation of the new flag pole to the site. Coordinate freight logistics and delivery to ensure timely arrival of materials. Compliance and Permitting: Confirm with local authorities, specifically the City of Fort Pierce, regarding permit requirements for the replacement of the flag pole in the same location. Ensure compliance with all applicable regulations and obtain necessary permits if required. Safety Measures: Prioritize safety throughout the removal and installation process. Employ trained personnel and adhere to safety protocols to prevent accidents and injuries. Documentation and Reporting: Maintain detailed records of work performed, including any permits obtained and compliance documentation. Provide a comprehensive report upon completion of the project, outlining all activities undertaken and materials used. 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 MK1 Adam Muniz for a site visit which will be held on Tuesday May 07, 2024 at 09:00AM EST. Questions contact Mr. Muniz via email adam.l.muniz @uscg.mil Or via phone at (302) 227-2440. **All Questions and Answers will not be accepted after 10 May 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/943cae64ad514c2a8ee19d77e1690da1/view)
 
Place of Performance
Address: Fort Pierce, FL 34949, USA
Zip Code: 34949
Country: USA
 
Record
SN07045521-F 20240501/240429230044 (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.