Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z028-19-Q-CEUSJ001
This combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included...
This combined synopsis/solicitation for 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 70Z028-19-Q-CEUSJ001. Applicable North American Industry Classification Standard (NAICS) codes are: 237110 Water and Sewer Line and Related Structures Construction, Size standard in Millions ($36.5) This requirement is for a firm 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 taking into consideration best value, expertise in work being performed, past performance and price. When submitting your proposals, request a breakdown of the following: a. Estimated time to mobilize and perform the work b. Expertise in work being performed c. Past Performance d. Breakdown of materials and labor Anticipated award date: 10 business days after close of solicitation, OOA August 2nd, 2019 or sooner. Quotes are to be received no later than close of business (3 p.m.) on 19 July 2019. Faxed quotations will be accepted at 305-415-7092 or via e-mail to Jerry.Lopez@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: Jerry Lopez 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). Wage determinations: 2015-5707, Revision no: 10 dated 12/26/2018 SCOPE OF WORK: Contractor to provide all labor, supervision, materials and equipment for the replacement of valves, fittings and connections to backflow preventers located at Coast Guard Housing, Bayamon Puerto Rico, per attached SOW. Location of Work: USCG Housing RIO Bayamon 500 Carr. 177 Bayamon, Puerto Rico 00959 Geographical range: Price Range: NTE $K 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. The Contractor shall provide all labor, supervision and any other supplies, materials and equipment necessary to perform the services required. Site visit: It is highly recommended and encouraged that interested parties attend a scheduled site visit to the CG Housing area in Bayamon set for Tuesday 9th of July at 9 A.M. Interested parties shall meet with Lieutenant Commander Corey B. Linen at the main gate to the housing area. LCDR Linen can be reached at 412-716-1485 or at Corey.B.Linen@uscg.mil for questions regarding this scheduled site visit. Applicable Far Clauses by reference: 52.212-1 -- Instructions to Offerors -- Commercial Items 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.212-4 -- Contract Terms and Conditions-Commercial Items. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.222-41 -- Service Contract Labor Standards 52.237-1 -- Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. Work hours: Monday through Friday, 0700 - 1600 (7 am - 4 pm) No weekends or Holidays authorized. 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.