INSULATION RENEWAL ON 45’ RESPONSE BOAT - MEDIUM
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: Oct 24, 2024 09:37 am EDT
- Original Date Offers Due: Nov 13, 2024 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 28, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1ED - MAINTENANCE OF SHIP CONSTRUCTION AND REPAIR FACILITIES
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: Miami Beach , FL 33139USA
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 52050PR250000024
Applicable North American Industry Classification Standard (NAICS) codes are: 336611 336611 Ship Building and Repairing
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: 7 business days after close of solicitation, OOA 25 NOV 2024 Quotes are to be received no later than close of business (3 PM EST) on Wednesday 13 NOV 2024 and are to be sent via e-mail 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 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 SAMS.GOV (https://sam.gov/content/home).
Wage determinations: FL2015-4543 REV 28 dated 07/22/2024
SCOPE OF WORK: Contractor shall provide all labor, materials, and equipment necessary to complete the following unless noted below: In the performance of this contract, the contractor shall provide the services to perform insulation renewal on a 45-foot Response Boat – Medium (RB-M) while the vessel is dry-docked at USCG Base Miami Beach Industrial Production Facility located at 100 MacArthur Causeway Miami Beach, FL 33139. The contact person for this contract is Mr. Bryan Goltz, Email: Bryan.W.Goltz@uscg.mil Phone: 305-535-4337 or LT Julia Ferris Phone: 305-535-4332 Email: Julia.K.Ferris@uscg.mil
Scope of Services
The contractor shall furnish trained, qualified personnel, and any required special tools or equipment necessary to complete the following work:
1. Install insulation in the entirety of the Engine Room Machinery Space,including Port and Starboard Engine Room Air Intakes, IAW Drawing 45-RB-M-635-002, Rev C.
Contractor Performance Requirements
(1)Installation period of performance will be scheduled as determined by thevessel’s production schedule; estimated mid to late July 2024.
(2)Exact periods of performance will be scheduled by the COTR at least twoweeks prior to start and will be performed Monday through Friday excludingholidays, during the following work hours: 6:30 am to 3:00 pm
(3)If overtime is required, the contractor must notify the COTR 24 hours inadvance and must be approved by Base Miami Beach office.
2.Installation material will be as follows:
a.Sound attenuation barrier: Pyrotek “QUADZERO” #17763007
b.Hullboard: Owens Corning 2” Foil-Faced “Insul-Quick” insulation
3.Installation process is as follows:
Bulkhead > QUADZERO > Insulation Speed Washer > 2” Insul-Quick Hullboard>Insulation Speed Washer > Trim Pin (if necessary) > Insulation Cap
4.Tape all boundaries.
5.All consumables, Hullboard: Owens Corning 2” Foil-Faced “Insul-Quick”insulation, Pyrotek insulation, and stud gun will be provided by the contractor.
6.Contractor will provide pins and caps. Contractor will replace any damagedpins found upon insulation removal.
7.Contractor will arrange for disposal of existing lead-lined insulation. Existinglead-line insulation will be removed and packaged prior to Contractor arrival.
Per provided SOW.
X: Regulations while onboard Coast Guard Base Miami Beach:
1. Daily colors and the raising/lowering of the American flag will take placeevery morning at 0800 and every evening at sunset. All personnel on Basewill face the main flag pole & maintain silence and all vehicles & equipmentwill halt during these brief events.
2. The construction site shall be maintained in a clean condition at all times.This included daily clean-ups of the construction and storage areas (FAR52.236-12). The site shall be well lit and well barricaded/cordoned off asappropriate.
3.Contractors are welcome to eat breakfast & lunch on Base in the base galleyat cost. Breakfast is served from 0600-0730 daily & lunch will be servedfrom 1200-1300 daily in the galley. All personnel desiring meal service shallbe in clean, non-soiled clothing. The Coast guard reserves the right to refuseservice to anyone it deems dirty.
4. There are two smoking areas on base, one in the central northern parkinglot covered by the tiki hut & one in the NW corner of the southern largerparking lot. No smoking is permitted anywhere else on base.
5. Contractors are welcome to utilize the Base’s Exchange store; however,contracted personnel are prohibited from purchasing any uniform, alcoholor tobacco products in it.
6. Traffic Regulations:
a) 10 mph speed limit
b) No use of cell phones is permitted while driving vehicles or operatingheavy machinery
c) All personnel shall obey all marked traffic signals including stop signs& stop lights.
7. Absolutely no firearms or weapons of any kind are allowed onboard BaseMiami Beach.
8. Only American citizens and permanent resident aliens are allowed onboardBase Miami Beach Facilities. Absolutely no foreign nationals are permittedon the premises.
9. Notice shall be given to the Coast Guard’s representative 1 week in advanceof any planned power, water, sewage or lighting outages.
10. The contractor shall provide a consolidated list of all contracted personnelincluding their driver’s license numbers (or other valid gov’t issued IDnumber) who will be working on Base Miami Beach Facilities either the dayof or prior to the notice to proceed date.
11. Contractors are welcome to utilize the restrooms on the 1st decks ofBuildings 3, 4, and 7 providing they are clean and do not track mud, dirt orany other debris into the restrooms.
12. Should warnings of gale force or stronger winds, or other inbound naturaldisasters be issued, the contractor shall take every practicable precaution tominimize the danger to persons, to the work, and the adjacent property.These precautions shall include closing all openings, removing all loosematerials, tools and equipment from exposed locations, and removing orsecuring scaffolding, securing field trailers, and other appropriateequipment and other temporary work.
13. No personnel other than the contracting officer has the authority to alter theterms of any contract or to issue any change orders.
14. All contractor vehicles, equipment and gear onboard Coast Guardproperties are subject to search at all times. Additionally at all times due tosecurity and operational needs, the contractors is subject to orders toevacuate the property at any time.
15. Due to the compact & dense nature of operations & support functionsongoing on board Base Miami Beach all efforts within reason to minimizethe size and footprint of the contractor’s lay down area shall be taken.Contractors shall carpool as much as possible to minimize the number ofvehicles needing parking on Base. At a minimum, the ratio of contractors tocontractor vehicles shall be no less than 2:1.
16. All piers on base Miami Beach are load restricted in some form. Ifcontractors need to bring heavy equipment (cranes, forklifts, 18 wheelers,man-lifts, construction equipment, backhoes, excavators or other equipmentheavier than standard sedans) closer than 40’ to any pier on base tocomplete their project the contractor shall submit a request for information(RFI) to the Contractor’s representative.
Location of Work: U.S. Coast Guard Base Miami Beach 100 MacArthur Causeway Miami Beach, FL 33139 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. Site visit: It is highly recommended and encouraged that interested parties contact Mr. Bryan Goltz for a site visit which will be held on Wednesday Oct 30 2024 at 10:00AM EST.
For scheduling contact Mr. Bryan Goltz via email Bryan.W.Goltz@uscg.mil Or via phone at (305) 535-4337.
**All Questions and Answers will not be accepted after 07 NOV 2024 at 10:00AM EST.
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 UEI 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
- Bryan Goltz
- Bryan.W.Goltz@uscg.mil
- Phone Number 305-535-4337
Secondary Point of Contact
- LT Julia Ferris
- Julia.K.Ferris@uscg.mil
- Phone Number 305-535-4337
History
- Nov 29, 2024 12:00 am ESTCombined Synopsis/Solicitation (Original)