USCG AIDS TO NAVIGATION KEY WEST DIVING SERVICES
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Feb 27, 2025 12:45 pm EST
- Original Published Date: Feb 26, 2025 01:56 pm EST
- Updated Date Offers Due: Mar 14, 2025 11:00 am EDT
- Original Date Offers Due: Mar 14, 2025 11:00 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 29, 2025
- Original Inactive Date: Mar 29, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 4220 - MARINE LIFESAVING AND DIVING EQUIPMENT
- NAICS Code:
- 561990 - All Other Support Services
- Place of Performance: Key West , FL 33040USA
Description
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 41937PR250000004
Applicable North American Industry Classification Standard (NAICS) codes are:
561990 All Other Support Services, Size standard in millions of dollars $16.5
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 labor and supervision
b. Cost of materials and equipment needed to perform the work.
Prospective contractors shall also provide along with your proposal past performance documents which will be used to determine expertise to perform such work. Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit.
Past Performance and Cost factors will also be used when selecting the award.
Anticipated award date: 10 business days after close of solicitation, OOA 25 MAR 2025***Quotes are to be received NO later than close of business (11 A.M. EST) on Friday Mar 14 2025. Quotes can be emailed to: Mehdi.Bouayad@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: Mehdi Bouayad
16001 SW 117th AveMiami, FL 33177. Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Beta.Sam.Gov (SAM.gov | Workspace)
SCOPE OF WORK:
1.1
SCOPE OF WORKFORU.S. Coast Guard Aids to Navigation Team Key West CALDA CHANNEL DAYBEACON 6 (LLNR 15345)CALDA CHANNEL DAYBEACON 18 (LLNR 15400)CALDA CHANNEL DAYBEACON 22 (LLNR 15415)GENERAL
REQUIREMENTS PART 1 – General:United States Coast Guard Aids to Navigation Team Key West is accepting proposals for qualified individuals or firms to cut and remove all steel and concreate wreckages at the mud line associated with the above aids. Calda Channel Daybeacon 6 has one 8’ steel I beam broken at the waterline with the other 12’ section laying on the bottom. Calda Daybeacon 18 has one concrete pile bent and leaning under the waterline approximately 18’ long. Calda Channel Daybeacon 22 has one concreate pile leaning 2’ below the waterline, approximately 16’ long. All piles are estimated to be 12” wide. Water depth ranges from 5-10’. The point of contact is Petty Officer Steven Denner (305-292-8873) or alternate Petty Officer Cody White (305) 292-8747. PART 2 – Location: • Calda Channel Daybeacon 6: 24-37-29.832N, 081-48-54.830W• Calda Channel Daybeacon 18: 24-36-25.834N, 081-48-22.586W• Calda Channel Daybeacon 22: 24-35-57.055N, 081-48-34.971W• All structures are currently marked with a temporary lighted buoy (TRLB)PART 3 – Notification of Start and Completion of Work1. The Coast Guard shall notify the Contractor at least one week prior to the required start date.Contractor shall submit all pertinent information regarding completion of work to Contracting Officer Mr. Mehdi Bouayad or PO1 Cody White.
▪
PART 5 – Contractor Responsibilities:1. Cut and remove all steel and concreate wreckages associated with all aids listed above. Contractor shall submit all pertinent information regarding completion of work to Petty Officer Steven Denner at Steven.E.Denner@uscg.mil or alternate Petty Officer Cody White at Cody.R.White@uscg.mil INSPECTION PRIOR TO BID: Not applicable, location of Aton has already been identified and provided in SOW.
1.3
SUBMITTAL OF QUOTES: Quotes shall be submitted by person or e-mail.
1.4
HOURS OF OPERATION: there is no restriction to authorized hours of work.
1.5
CONTRACTOR SAFETY, SECURITY AND USE OF PREMISES: The Contractor will be working in a federal waterway and must be familiar with and obey established navigational, environmental and security regulations.
1.5.1
Safety Practices: The Contractor shall ensure that appropriate safety precautions are being followed at all times.
1.5.2
Equipment, Tools and Vehicles: The contractor shall inspect daily and ensure that all equipment, tools and vehicles:
•
Do not have leaks and/or deteriorated hydraulic hoses.
1.5.3
Protection of Property: The Contractor shall protect the existing surrounding equipment, personal belongings and property during this work. Any damage caused by the Contractor shall be corrected at Contractor’s expense. The Contractor will be responsible for repair of any damage incurred.
1.6
STAGING AREA: N/A
1.7
CLEANUP: N/A
1.8
WARRANTIES: N/A
1.9
SUBMITTALS: N/A.
1.9.1
COORDINATION: This project will be scheduled and completed within 30 days from contract award. USCG point of contact (POC) will develop a mutually agreeable project schedule post award. Coordination and execution of this work shall be the responsibility of the Contractor.
1.10
WEATHER CONDITIONS:
1.10.1
Any outside work required shall be performed only during appropriate weather conditions.
PART 2 – PRODUCTS
2.1 N/A
PART 3 - EXECUTION
3.1
EXECUTION
3.1.1
Contractor shall make all necessary arrangements prior to start work.
3.1.2
Contractor shall notify the USCG once work is completed.
6 POINT OF CONTACT PART 5 – Contractor Responsibilities:1. Cut and remove all steel and concreate wreckages associated with all aids listed above. Contractor shall submit all pertinent information regarding completion of work to Petty Officer Steven Denner at Steven.E.Denner@uscg.mil or alternate Petty Officer Cody White at Cody.R.White@uscg.mil
Performance Period: Performance of work is expected to commence NLT 7-10 business days after award is made. Anticipated award date: Mar 25 2025 Q&A’s: Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB Mar 10 2025. These Q&A’s will be answered and posted to this solicitation as an amendment prior to close of solicitation.
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 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.
Attachments/Links
Contact Information
Contracting Office Address
- 100 MACARTHER CAUSEWAY MIAMI FL 33139
- MIAMI , FL 33132
- USA
Primary Point of Contact
- PO1 CODY R. WHITE
- CODY.R.WHITE@USCG.MIL
- Phone Number 305-292-8747
Secondary Point of Contact
- PO2 STEVEN E. DENNER
- STEVEN.E.DENNER@USCG.MIL
- Phone Number 305-292-8873
History
- Mar 29, 2025 12:04 am EDTCombined Synopsis/Solicitation (Updated)
- Feb 26, 2025 01:56 pm ESTCombined Synopsis/Solicitation (Original)