FIRE PROTECTION SYSTEM INSPECTION, ASCW CLEARWATER & GREAT INAGUA BAHAMA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Original)
- Original Published Date: Jul 28, 2022 12:21 pm EDT
- Original Date Offers Due: Aug 23, 2022 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 07, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Clearwater , FL 33762USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart. 12.3 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The purpose of this combine synopsis/solicitation is for the Annual Fire Protection and Sprinkler System Inspection for buildings at the US Coast Guard Air Station Clearwater and Forward Operating Base Great Inagua. The requirements in accordance with the Performance Work Statement (PWS), the contractor shall provide qualified individuals to conduct the annual Inspection, Testing and Limited Maintenance of All Installed Fire Alarm and Detection Systems, Water Based Fire Protection Systems, Dry Chemical Extinguishing Systems, Wet Chemical Extinguishing Systems and Hydrants. Contractor shall provide all labor, materials, and equipment necessary to complete the inspection. The USCG Air Station Clearwater Forward Operating Base is located adjacent to the Great Inagua Airport (IATA: IGA, ICAO: MYIG) in Matthew Town, Great Inagua, Bahamas. Logistics to and from Great Inagua are difficult and choices for air travel and hotels are limited. After the contract is awarded, the Coast Guard will provide air travel to Great Inagua Airport, and base housing with transportation to and from the project location.
Prior to submitting a quote, it is mandatory to examine the entire Performance Work Statement (PWS) to become familiar with the work will be performed. The annual Inspections, Testing and Maintenance must be completed within 60 days of contract award and the semi-annual inspection and testing must be completed with 180 days after the annual inspection. The contractor shall adhere to all safety requirements as specified by Federal, State of Massachusetts, USEPA, MSDEP, and OSHA regulations pertaining to the handling of hazardous materials. All Inspections, Testing, Maintenance, Repairs, and work shall meet the requirements of National Fire Protection Association (NFPA) 10, 11, 13, 16, 20, 25, 72, 409 manufacturer instructions and requirements of the Authority Having Jurisdiction (AHJ). After the award of contract, a pre-conference will be held prior to starting the project at US Coast Guard Air Station Clearwater. FL.
The project POC is CWO Will Stevenson POC, at (727) 423-7586 email: William.K.Stevenson@uscg.mil
Performance location: Clearwater, FL and Matthew Town, Great Inagua, Bahamas.
This is a Firm Fixed Price Contract
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, price and other factors considered. The following factors shall be used to evaluate offers:
Contractor must be registered in SAM at www.sam.gov with a valid UEI number before submitting a quote under this solicitation.
Applicable FAR Clauses by References:
52.12-4 Contract Terms and Conditions Commercial Items
52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items
Service Contract Act WDOL 2015-4563 REV. 19 06/27/22
Attachments/Links
Contact Information
Primary Point of Contact
- SK1 CHRISTINE MARTIN
- CHRISTINE.E.MARTIN@USCG.MIL
- Phone Number 8507976085
Secondary Point of Contact
- CWO WILLIAM STEVENSON
- William.K.Stevenson@uscg.mil
- Phone Number 7274237586