Search Contract Opportunities

Exterior Door and frame and lock Replacement at USCG STA ISLAMORADA   2

ID: 30311PR240000006 • Type: Synopsis Solicitation

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 30311PR240000006. Applicable North American Industry Classification
Standard (NAICS) codes are:

236220 Commercial and Institutional Building Construction

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 29 FEB 2024

Quotes are to be received no later than close of business (3 p.m.EST) on 19 Feb 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 FEDBIZOPS (www.fbo.gov).

*********Site visit: It is highly recommended and encouraged that interested party's
contact MKC Jeremiah Cantrell for a site visit which will be held on
Friday Feb 09, 2024 at 10:00AM EST. For scheduling contact Mr. Cantrell via
email Jeremiah.S.Cantrell@uscg.milOr via phone at (912) 414-6726.

Location of Work:
U.S. Coast Guard Station Islamorada
183 Palermo Drive
Islamorada, FL 33036

Wage determinations: FL20240022 Dated 01/24/2024

SCOPE OF WORK:

Department of Homeland Security
United States Coast Guard
Scope of Work For Exterior Door and frame and lock Replacement At U.S. Coast Guard Station Islamorada, Florida.

1 General Contracting Guidelines:

1.1: For the execution of this contract, contractor shall provide all labor, parts, and
materials not described in this Scope of Work. Government Furnished materials will be
outlined in this scope of work and will be defined as GFM.

1.2: Contractor shall make all reports to the Contracting Officer/On site supervisor in
regards to progress of the scheduled work log. If there are questions or concerns
regarding the scope of work and/or the work log, the contractor shall not proceed
further without guidance from the Contracting Officer.

1.3: Contractor shall provide all necessary documentation for all employees (Valid State
ID, Drivers Licenses, etc.). As well any vehicle brought on board any Coast
Guard/Military Facility shall have valid state registration and insurance.

1.4: Contractor shall execute the contract IAW this Scope of Work. The contractor is
not authorized to deviate from this Scope of Work without written authorization from
the Contracting Officer.

1.5: Contractor shall execute the contract IAW this Scope of Work. The contractor is
not authorized to deviate from this Scope of Work without written authorization from
the Contracting Officer.

1.6: Contractor shall execute the contract IAW this Scope of Work. The contractor is
not authorized to deviate from this Scope of Work without written authorization from
the Contracting Officer.

1.7: The contractor shall provide a list of all employees that will be working on Coast
Guard property to the Contracting Officer prior to the scheduled work days.

2 SUBMITTALS AND OUTCOMES

2.1 The Contractor shall submit a work schedule including all milestones
immediately following contract award.

2.2 Submit removal and application procedures for all building surfaces.

3 PROJECT PERFORMANCE TIME
The contractor must make notification to the Contracting Officer and MKC Cantrell
inventory availability and estimate time of arrival for required equipment.

4 LOCATION
All work shall take place at:
U.S. Coast Guard Station Islamorada
183 Palermo Drive
Islamorada, FL 33036

5 POINT OF CONTACT
The Government Point of Contact (POC) for this work is Onsite
support/supervisor is MKC Jeremiah Cantrell (912)414-6726, Jeremiah.S.Cantrell@uscg.mil. All work shall be coordinated through both POC's to minimize operational impacts to the unit during the execution of the work.

6 LEASE AGREEMENT TERMS
N/A

7 WORK PHASING/SCOPE OF WORK
Work shall be completed as expeditiously as possible; Contractor shall coordinate with
the POC's to coordinate phasing and job sequencing. Contractor shall submit
construction schedule for Government review and approval prior to commencing in any
work to be performed.

7.1 SCOPE OF WORK
A. Contractor will replace exterior doors, frames, auto closures and locks on 3 of the
doors, and locks and auto closures on 7 other doors.

B. Contractor will install new door frames on main entrance and galley entrance and
South Rec Deck doorways. (total of 3 that need new frames). Contractor will also
replace the locks and closure devices on all 10 doors.

C. Contractor will ensure doors are properly sealed with no gaps in the frame.
Contractor will ensure the 3 new doors being installed are glass and impact rated similar
to what is currently installed at the unit.

D. Contractor will install all new automatic door closure devices on all doors (total
of 10).

E. Contractor will provide unit with all keys including any control keys used for
lock set replacement.

F. Contractor will replace all exterior door locks with a 5 button mechanical style
lock that the unit must approve of prior to install.

8 AVAILABILITY OF UTILITIES
Reasonable amounts of the following utilities will be made available to the Contractor
without charge.
+ Electricity (if available at the job site)
+ Potable Water
+ Restroom facilities

9 COORDINATION
The Contractor shall coordinate with the POC to minimize interference with Coast
Guard operations or personnel. All work shall be coordinated with other trades involved
in the project and carefully laid out in advance.

10 CONTRACTOR USE OF PREMESES
The Contractor will be working on a Coast Guard operational military installation.
Become familiar with and obey installations' fire, traffic, and security regulations.
Personnel shall not stray from the immediate area of work nor direct avenues of ingress
and egress unless authorized in advance by the Government.

11 LAYDOWN AREA
The Contractor will be provided with an uncovered lay-down area in the immediate
vicinity of the work. The Contractor shall be responsible for restoring the area to its
original condition at the completion of the work. The Contractor shall be responsible for
repair of any damage incurred to buildings, vehicles, boats, equipment, or pavement as
a result of storage activities.

12 STORM PROTECTION
Should warnings of extreme weather (such as high waves, storm surge, wind of gale
force) be issued, the Contractor shall take every practicable precaution to minimize
danger to personnel, the work and adjacent property. Precautions shall include, but not
be limited to, relocating equipment, closing all openings, removing all loose materials,
tools exposed locations, and removing or securing fencing, scaffolding and other
temporary work.

13 ENVIRONMENTAL PROTECTION
All Federal, State and local laws must be strictly adhered to. Demolition and
construction debris shall be disposed of at a permitted facility.

14 DELIVERY AND STORAGE
Equipment and materials shall be carefully handled, properly stored, and adequately
protected to prevent damage before and during installation, in accordance with the
manufacturer's recommendations. Damaged or defective items/equipment shall be
replaced. Location of storage and staging area shall be designated by the POC's. The
contractor will be responsible for security of all materials and equipment.

15 RECEIPT OF MATERIALS
Shipment of equipment, materials, and supplies shall be addressed to the Contractor -
not the Government. The Contractor must be on hand to accept shipments; the
Government will not accept shipments.

16 CLEANUP
The Contractor shall keep the work area, including storage areas, free from
accumulations of waste materials on a daily basis and comply with all federal, state and
local regulations pertaining to the storage, transport and disposal of wastes. The
Contractor shall not use Coast Guard waste disposal facilities including garbage cans,
trash piles or dumpsters.

17 UTILITY OUTAGES
Before interrupting or shutting down any utility, make a request for the interruption to
the POC's at least two (2) working days before the anticipated interruption. Identify the
utility, reason for interruption, proposed time of interruption, and duration of
interruption. Do not interrupt utilities until authorized by the POC.

18 SECURITY
18.1 Working Personnel List.
The Contractor shall provide the Contracting Officer and Onsite supervisor with a list
of names of all personnel who will be working on the site. The Contractor may submit a
revised list at any time during the project. Only personnel on the approved listing will
be allowed on the site.

18.2 Personnel Identification
All personnel shall carry proper identification (ID) when on site. Proper ID is defined as
either the individual's driver's license, or a company issued ID. The identification must
be laminated, and show facial picture of the individual. Individuals without proper ID
will be escorted off the Coast Guard premises.

19 QUALITY
Quality of Contractor Furnished Material. Materials supplied by the Contractor shall be
of a quality conforming to applicable Federal specifications.

20 WARRANTIES
All warranties and/or guarantees, either implied or expressed, for individual equipment
shall be endorsed to the Government.

21 FINAL INSPECTION AND ACCEPTANCE
When the work is complete and ready for final inspection, submit a written request to
schedule final inspection to the Government. Prior to such requests, all submittals must
be complete and approved. Such requests shall allow a minimum of two (2) days'
notice prior to final inspection date.

22 SAFETY
22.1 General
The Contractor is solely responsible for work site safety. The Contractor shall
implement a safety program that protects the lives and health of personnel in the
construction area, prevents damage to property and avoids work interruptions. The
Contractor shall provide appropriate safety measures including, but not limited to
barricades, signs and signal lights as well as complying with the requirements of all
applicable Federal, State and Local safety laws, rules and regulations.

22.2 Compliance
The Contractor is specifically required to comply with the requirements of the U. S.
Army Corps of Engineers "Safety and Health Requirements Manual" (EM 385-1-1,
latest version available) and the Accident Prevention clause (FAR 52.236-13). Once
accepted, this safety plan shall become part of the contract requirements. Note: This
review/acceptance does not in any way relinquish the Contractor from responsibility for
work site safety nor the obligation to comply with the OSHA regulations found in 29
CFR 1910 & 1926 or any other State or Local safety law, rule or regulation applicable
to the contract work. The Coast Guard will cooperate fully with the Department of
Labor (Occupational Safety and Health Administration) in their enforcement of OSHA
regulations.

22.3 Safety Plan
The Contractor shall submit a written safety plan immediately following contract
award. At a minimum, this plan shall describe the Contractor's general safety program
and identify specific safety provisions for hazards incidental to the contract work such
as elevated working surfaces, working over water, working from floating work
platforms, overhead crane operations or similar conditions of the work. This Safety Plan
shall be approved prior to commencing any work on site.

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 14 Feb 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.
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.

Background
This combined synopsis/solicitation for construction services is being advertised as Small Business Set-Aside only. The contract will be awarded using simplified acquisition procedures in accordance with 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.

Work Details
The scope of work includes the replacement of exterior doors, frames, auto closures, and locks at U.S. Coast Guard Station Islamorada, Florida. The contractor is required to provide all labor, parts, and materials not described in the Scope of Work. They must also make all reports to the Contracting Officer/On-site supervisor regarding progress of the scheduled work log and provide necessary documentation for all employees.
The contractor is not authorized to deviate from this Scope of Work without written authorization from the Contracting Officer.

Period of Performance
Performance of work is expected to commence no later than 10 days after award is made. An extension period must be approved by the Contracting Officer for any unforeseen delays.

Place of Performance
U.S. Coast Guard Station Islamorada, 183 Palermo Drive, Islamorada, FL 33036

Overview

Response Deadline
Feb. 19, 2024, 3:00 p.m. EST Past Due
Posted
Feb. 1, 2024, 10:51 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Islamorada, FL 33036 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
65% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 2/1/24 Coast Guard issued Synopsis Solicitation 30311PR240000006 for Exterior Door and frame and lock Replacement at USCG STA ISLAMORADA due 2/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
MKC Jeremiah Cantrell   Profile
Phone
(912) 414-6726

Documents

Posted documents for Synopsis Solicitation 30311PR240000006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 30311PR240000006

Award Notifications

Agency published notification of awards for Synopsis Solicitation 30311PR240000006

Contract Awards

Prime contracts awarded through Synopsis Solicitation 30311PR240000006

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 30311PR240000006

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 30311PR240000006

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 30311PR240000006

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > BASE MIAMI(00028)
FPDS Organization Code
7008-70Z028
Source Organization Code
100175096
Last Updated
March 5, 2024
Last Updated By
mehdi.bouayad@uscg.mil
Archive Date
March 5, 2024