Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2026 SAM #8854
SOLICITATION NOTICE

43 -- USCG Base Miami Beach Replace BLDG 4 Air Compressor

Notice Date
2/20/2026 6:54:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
31020PR260000128
 
Response Due
3/9/2026 12:00:00 PM
 
Archive Date
03/24/2026
 
Point of Contact
Mr. Boris Abello, Phone: 3055354564, CWO RYAN ROMESBURG, Phone: 3055354547
 
E-Mail Address
Boris.Abello@uscg.mil, RYAN.T.ROMESBURG@USCG.MIL
(Boris.Abello@uscg.mil, RYAN.T.ROMESBURG@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 31020PR260000128. Applicable North American Industry Classification Standard (NAICS) codes are: 333912 - Air and Gas Compressor Manufacturing 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. Anticipated award date: 10 business days after close of solicitation, OOA 23 March 2026 Quotes are to be received no later than close of business (3 p.m.) on 09 March 2026 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 12100 SW 152?? ST Miami, FL 33177. 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 BASE MIAMI BEACH SPECIFICATIONS FOR Replace Air Compressor BLDG 4 GENERAL: United States Coast Guard Base Miami Beach is accepting proposals for qualified individuals or firms to replace the air compressor at building 4 at Base Miami Beach. 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, FL 33139 EXAMINATION OF SITE: It is HIGHLY ENCOURAGED that bidders carefully inspect the workplace and verify work necessary to complete the job. Prospective bidders arrange for a tour of the job site by calling the point of contact, MKC Scott Lane at (727) 688-3425 or by e-mail at Scott.W.Lane@uscg.mil, at least 3 working days in advance. I. CONTINUITY OF FACILITIES OPERATIONS: Schedule work to minimize interference with the facility�s normal operations. Normal operating hours are from 6:30am to 3:00pm 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/COMPLETION: The Contractor shall notify the Coast Guard one week prior to start of work, the start and projected completion date. III. COAST GUARD CONTRACTING OFFICER 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 305-535-4564 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. CONTRTACTOR 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 not hygienically acceptable. 4. There is one smoking area on base located in the central northern parking lot covered by the tiki hut. 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. 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 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 Base Miami Beach. 2. Contractor shall provide ALL labor and materials necessary to install a new NXD55 base-mounted air compressor rated 460V / 3-phase / 60Hz, 324 CFM @ 125 PSI, equipped with an I-Command Touch Plus controller. 3. Contractor shall comply with submittal requirements, if applicable. 4. Contractor shall disconnect the existing air compressor from electrical supply after Coast Guard secures and locks out power. 5. Contractor shall disconnect the compressor from compressed air discharge piping. 6. Contractor shall disconnect condensate drain piping. 7. Contractor shall drain lubricating oil and condensate and dispose of in accordance with applicable environmental regulations. 8. Contractor shall cap or seal open piping to prevent contamination of the air system. 9. Contractor shall prepare the unit for removal. 10. Contractor shall coordinate with Coast Guard personnel for lifting and physical removal of the existing compressor. 11. Contractor shall inspect the existing housekeeping pad for suitability prior to installation. 12. Contractor shall position the new base-mounted NXD55 compressor on the existing pad. 13. Contractor shall install vibration isolation pads or anchoring hardware in accordance with manufacturer requirements. 14. Contractor shall connect the compressor discharge to the existing compressed air piping. 15. Contractor shall install a flexible connection at the discharge to prevent vibration transfer to the piping system. 16. Contractor shall connect condensate drain piping to the existing drain system. 17. Contractor shall fill the unit with manufacturer-approved lubricating oil, if required. 18. Contractor shall verify proper mounting stability and alignment. 19. Contractor shall perform functional performance testing under load conditions. 20. Contractor shall demonstrate proper compressor operation to the Government representative. 21. Contractor shall verify rated performance consistent with manufacturer specifications (324 CFM @ 125 PSI). 22. Contractor shall provide a written startup and commissioning report. 23. Contractor shall not modify existing ductwork. 24. Contractor shall not modify or upgrade electrical distribution equipment. 25. Contractor shall not provide rigging equipment or crane services. 26. Contractor shall not redesign compressed air header systems. 27. Contractor shall not install additional air dryers, receivers, or filtration equipment unless separately specified. 28. Coast Guard shall secure and lock out electrical power prior to contractor work. 29. Coast Guard shall provide lifting equipment and personnel for removal of existing equipment and placement of new equipment. 30. Coast Guard shall perform any required modifications to existing ductwork, if necessary. 31. Coast Guard shall perform any required modifications to existing electrical infrastructure, if necessary. 32. Contractor shall be responsible for the removal of all trash and debris from project area upon completion. All work must be approved by the Contracting Officer�s Representative. XII. SUBMITTALS: If applicable, 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 references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. Failure to furnish required submittals can cause 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 until the instruction and/or recommendations are received. Failure to furnish these documents can cause rejection 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 three operations and maintenance manuals. The fourth 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. 4. Additional Submittals The following additional submittals will be required for this project and are subject to the submittal requirements outlined above: � Contractor shall provide manufacturer installation checklist. � Contractor shall provide startup report. � Contractor shall provide warranty documentation. � Contractor shall provide confirmation of final operating settings. XIII: WARRANTY: Submit three signed copies of Manufacturer�s Product Warranty for entrance system as follows: 1. Warranty Period: Five years 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 and one year warranty for labor. Site visit: It is highly recommended and encouraged that interested party�s contact Mr. Boris Abello for a site visit which will be held on Friday Febuary 27, 2026 at 09:00AM EST. For scheduling contact Mr. Abello via email Boris.Abello@uscg.mil Or via phone at (305) 535-4564. 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. **All Questions and Answers will not be accepted after 04 March 2026 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 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/workspace/contract/opp/91f2507b877d489abc6dcd49d707df2c/view)
 
Place of Performance
Address: Miami Beach, FL 33139, USA
Zip Code: 33139
Country: USA
 
Record
SN07722648-F 20260222/260220230037 (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!  © 1994-2026, Loren Data Corp.