Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z028-20-Q-PMW20000
This is a combined synopsis/solicitation for work to include furnishing all labor, trades, equipment, materials, tools, engineering, and supervision to fabricate and install an insulated ducted exhaus...
This is a combined synopsis/solicitation for work to include furnishing all labor, trades, equipment, materials, tools, engineering, and supervision to fabricate and install an insulated ducted exhaust system for two newly installed pneumatic air compressors. The new exhaust ducting shall consist of two separate ducting systems commencing at the point of the Equipment’s exhaust air discharge and then being conveyed to the point of discharge at a wall mounted discharge louver. Any item identified as being furnished by the CG shall be considered as a Government Furnished Item (GFI). This synopsis/solicitation is being advertised as a Small Business Set Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-20-Q-PMW20000. Applicable North American Industry Classification Standard (NAICS) codes are: 561790 Other Services to Buildings and Dwellings, size standard: $7.0 Mil. 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 FAR 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: Cost of labor, design, fabricate & install ducting as per design requirements from air compressor manufacturer. Cost of materials and equipment required per SOW Contract will be awarded to the vendor who can provide similar equipment required within the SOW and installation of equipment within the timeframe needed by units. Cost and Past Performance factors will also be considered when selecting the award. Anticipated award date: 7 days after close of solicitation, OOA 14 AUG 2020 Quotes are to be received no later than close of business (3:00 PM) on 07 AUG 2020. Faxed quotations will NOT be accepted. Quotes are to be emailed to the Contracting Officer Mr. Mehdi Bouayad at this email address. Mehdi.Bouayad@USCG.MIL OR Quotations can be sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad 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: General Decision Number: FL 2015-4571 Dated: June 18, 2020 Price Range: NTE $30K SCOPE OF WORK: Work to include furnishing all labor, trades, equipment, materials, tools, engineering, and supervision to fabricate and install an insulated ducted exhaust system for two newly installed pneumatic air compressors. The new exhaust ducting shall consist of two separate ducting systems commencing at the point of the Equipment’s exhaust air discharge and then being conveyed to the point of discharge at a wall mounted discharge louver. Any item identified as being furnished by the CG shall be considered as a Government Furnished Item (GFI). See attached SOW’s for details. Location of Work: US Coast Guard Air Station Clearwater 15100 Rescue Way Clearwater, FL, 33762 Performance Period: Performance of work is expected to commence within 10 days after award is provided to contactor. Site visit: Prospective bidders are encouraged to arrange a site visit to verify the requirements within the SOW. Prospective bidders should contact CWO Jeffrey Timberlake via email, Jeffrey.J.Timberlake@uscg.mil Or via phone at (727) 535-1437 x1572 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) 52.212-4 Contract Terms and Conditions—Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) 52.222-41 Service Contract Labor Standards (Aug 2018) Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays. See attached FAR provisions/clauses which apply to this solicitation. Offeror’s may obtain full text version of these clauses electronically at: www.arnet.gov/far Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Vendors providing an offer must be registered in SAM (System for Award Management) prior to the close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to submission of quote. Vendors must ensure that the above listed NAICS code(s) are listed on their SAM registration to perform this type of service. Request Company’s tax ID information and Duns number. 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.