Federal Bid

Last Updated on 10 May 2021 at 12 PM
Combined Synopsis/Solicitation
Clearwater Florida

FIRE PROTECTION SYSTEM INSPECTION, GREAT INAGUA BAHAMA

Solicitation ID 70Z02821Q7ABAJ8
Posted Date 10 May 2021 at 12 PM
Archive Date 09 Jun 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Base Miami(00028)
Agency Department Of Homeland Security
Location Clearwater Florida United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart. 12.3 and FAR 13, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The purpose of this combine synopsis/solicitation is for the Annual Fire Protection and Sprinkler System Inspection for buildings at the US Coast Guard Air Station Clearwater Forward Operating Base Great Inagua.   The requirements in accordance with the Performance Work Statement (PWS), the contractor shall provide qualified individuals to conduct the annual Inspection, Testing and Limited Maintenance of All Installed Fire Alarm and Detection Systems, Water Based Fire Protection Systems, Dry Chemical Extinguishing Systems, Wet Chemical Extinguishing Systems and Hydrants.  Contractor shall provide all labor, materials, and equipment necessary to complete the inspection.  The USCG Air Station Clearwater Forward Operating Base is located adjacent to the Great Inagua Airport (IATA: IGA, ICAO: MYIG) in Matthew Town, Great Inagua, Bahamas.  Logistics to and from Great Inagua are difficult and choices for air travel and hotels are limited.  After the contract is awarded, the Coast Guard will provide air travel to Great Inagua Airport, and base housing with transportation to and from the project location.

Prior to submitting a quote, it is mandatory to examine the entire Performance Work Statement (PWS) to become familiar with the work will be performed.  The annual Inspections, Testing and Maintenance must be completed within 60 days of contract award and the semi-annual inspection and testing must be completed with 180 days after the annual inspection.  The contractor shall adhere to all safety requirements as specified by Federal, State of Massachusetts, USEPA, MSDEP, and OSHA regulations pertaining to the handling of hazardous materials.  All Inspections, Testing, Maintenance, Repairs, and work shall meet the requirements of National Fire Protection Association (NFPA) 10, 11, 13, 16, 20, 25, 72, 409 manufacturer instructions and requirements of the Authority Having Jurisdiction (AHJ). After the award of contract, a pre-conference will be held prior to starting the project at US Coast Guard Air Station Clearwater. FL.

The project POC is CWO Jeff Timberlake; Email: [email protected]; Phone: (727) 535-1437 x1572.   Performance location: Matthew Town, Great Inagua, Bahamas.

This is a Firm Fixed Price Contract

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, price and other factors considered. The following factors shall be used to evaluate offers:

Contractor must be registered in SAM at www.sam.gov with a valid DUNS number before submitting a quote under this solicitation.

The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:

FAR 52.212-1 Instruction to Offerors-Commercial Items (Oct 2018)

FAR 52.212-2 Evaluation-Commercial Items (*Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, Technical, Past Performance and Price.

FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) to include Alt I (Oct 2014).  Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Website accessed through http://www.sam.gov

FAR 52-212-4 Contract Terms and Conditions-Commercial Items (Oct 2018() with the following addenda’s

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019)

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Interned address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Oct 2018).

Contractors are located and identified in SAM by their DUNS Number.  To facilitate payment via Electronic Funds Transfer-SAM, contractors should be registered in SAM.  A DUNS Number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.

Submit electronic quotes to the following email address, by the offer due date and time.  Paper or mailed quotes will not be accepted or may not arrive on time due to security and holding times of mail”

Mr. Eugene White

[email protected]

Any and all questions regarding this solicitation shall be submitted in writing to the Purchasing Agent at [email protected].

Bid Protests Not Available

Similar Past Bids

Clearwater Florida 22 May 2019 at 6 PM
Clearwater South carolina 20 Mar 2017 at 11 AM
Location Unknown 10 Sep 2024 at 5 PM
Location Unknown 06 Mar 2024 at 2 PM
Location Unknown 06 Mar 2024 at 2 PM

Similar Opportunities

Location Unknown 31 Jul 2025 at 4 AM (estimated)
Gallup New mexico 14 Jul 2025 at 6 PM