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 13901PR240000001. Applicable North American Industry Classification Standard (NAICS) codes are: 336611 Ship Building and Repairing, Size standard in number of Employees (1000)
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:
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: 20 business days after close of solicitation, OOA 10 Jan 2024
Quotes are to be received no later than close of business (12:00 p.m.) on 15 Dec 2023 and are to be sent via e-mail to [email protected]
Quotations sent via the US Postal Service or hand delivered should be sent to:
Commanding Officer
USCG Base Miami Beach (P&C)
Attn: Ulric Waldron
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.GOV (www.SAM.gov).
Wage determinations: 2015-4543 Rev 21 dated 06/07/2022
SCOPE OF WORK:
The work of this project is defined by the contract documents and consists of the following:
a. Front Awning Aluminum Frame
1.4 WORK SEQUENCE
1.5 WORK BY GOVERNMENT
1.6 ACCESS TO SITE
PART 2– Cleanup:
PART 3 – Final Inspection and Acceptance:
Location of Work:
USCGC Bernard C. Webber
100 MACARTHUR CAUSEWAY
MIAMI BEACH, FL 33139
Performance Period: Performance of work is expected to commence NLT 20 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 18 Aug 2023 at 2:00PM EST.
APPLICABLE FAR CLAUSES
FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other
Then 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.
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.