Skip to main content

An official website of the United States government

You have 2 new alerts

USCG BASE MIAMI BEACH BLDG 4 ROOF REPAIR

info alert

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: Dec 18, 2023 10:58 am EST
  • Original Date Offers Due: Jan 17, 2024 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    FL 33139
    USA

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.

Pictures have been provided via the Statement of work. 

The solicitation number is 31020PR240000070

Applicable North American Industry Classification Standard (NAICS) codes are:

238160 ROOFING CONTRACTORS

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:

  1. Cost of labor and supervision
  2. 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 31 Jan 2024

Quotes are to be received no later than close of business (3 p.m.) on Wednesday 17 Jan 2024. Quotes can be email 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 Beta.Sam.Gov (SAM.gov | Workspace)

SCOPE OF WORK: 

 

***** SITE VISIT**** HIGHLY RECOMMENDED

WEDNESDAY JAN 10 2024 AT 10:00am AT PROJECT SITE Base Miami Beach

POC: Mr. Boris Abello

Email: Boris.Abello@uscg.mil

Phone: 305-695-2385

POC: CWO Garrett Pearsall

Email: Garrett.W.Pearsall@uscg.mil

Phone: 305-535-4547

XI. SCOPE OF WORK:

1. Below work will be completed onboard Causeway Island.

2. Contractor shall provide ALL labor and materials necessary to complete the project.

3. Contractor shall comply with submittal requirements if applicable.

4. Contractor shall protect all equipment and merchandise in work locations.

5. Contractor shall clean the roof membrane and gutters of trash, debris, and vegetation to ensure

proper water drainage. To include the removal of leaves from the lower roof.

6. Contractor shall clean 80’ linear feet of counterflashing using xylene and rags.

7. Contactor shall apply new polyurethane sealant to the counterflashing repair section.

8. Contractor shall remove drain baskets that present excess silicone and clean off excess silicone to

allow for proper drainage.

9. Contractor shall reinstall drain baskets to appropriate locations, fastened with screws.

10. Contractor shall seal the base flashings sections using GAF Unisil sealant as needed.

11. Contractor shall seal the base of all the one-way vents using GAF Unisil sealant. 4” around and

2” up the pipe.

12. Contractor shall seal the base of all the M-curbs vents using GAF Unisil sealant, 4” around and 2”

up the pipe.

13. Contractor shall seal the base of all the lead stacks using GAF Unisil sealant. 4” around and 2” up

the pipe.

Page 5 of 50

14. Contractor shall seal the base of all the gooseneck vents using GAF Unisil sealant. 4” around and

2” up the pipe.

15. Contractor shall cut out (approx. 32 Square feet) blister sections and let air dry.

16. Contractor shall prime (3) repair sections using new GAF asphalt primer.

17. Contractor shall install (2) 3’ x 4’, and (1) 3’ x3’ sections of new GAF rubber and polyester

reinforced modified roofing roll to the bare spot sections.

18. Please see photos below.

19. Contractor shall clean all work-related debris and dispose at an appropriate facility.

20. Contractor shall be responsible for the removal of all trash and debris from project area

upon completion.

21. All work must be approved by the Contracting Officer’s Representative.

XII. SUBMITTALS: Submittals shall be approved before procurement, fabrication, or delivery

of items to the job site. Partial submittals will not be accepted and will be returned without

review. Submittals shall include the manufacturer's name, trade name, catalog model or number,

nameplate data, size, layout dimensions, capacity, project specification and paragraph reference,

applicable Federal, Military, industry and technical society publication references, and other

information necessary to establish contract compliance of each item the Contractor proposes to

furnish. Failure to furnish required submittals can be cause for rejection of the material.

Approval of submittals shall not relieve the contractor his obligation to comply with the contract

specifications and drawings.

1. Manufacturer's Installation Instructions (3 each)

Where installation procedures or any part hereof, are required to be in accordance with

the instructions of the manufacturer of the material being installed, printed copies of these

instruction and/or recommendations shall be furnished to the Contracting Officer prior to

installation. Installation of the item will not be allowed to proceed until the instruction

and/or recommendations are received. Failure to furnish these documents can be cause

for reject of the material. With this submittal, explicitly identify in writing, any

differences between manufacturer's instructions and the requirements specified herein.

2. Operation and Maintenance Manuals (3 each)

Furnish an operation and maintenance manual section for each item of equipment.

Furnish three copies of the complete manual bound in hardback binders. Furnish one

complete manual prior to the time that equipment tests are performed and furnish the

remaining manuals before the contract is completed. Inscribe the following identification

on the cover: the words "OPERATION AND MAINTENANCE MANUAL", the name

and location of the equipment, the name of the contractor, and the contract number. The

manual shall include the names, addresses, and telephone numbers of each subcontractor

installing equipment, and of the local representatives for each item of equipment. The

manual shall have a table of contents and be assembled to conform to the table of

contents with the tab sheets placed before instructions covering the subject. The

instructions shall be legible and easily read, with large sheets of drawings folded in. The

manual shall include: a complete description of the system, wiring and control diagrams

with data to explain detailed operation and control of each item of equipment; a control

sequence describing start-up, operation and shut-down instructions; installation

instructions; maintenance instructions; lubrication schedule including type, grade,

temperature range, and frequency; safety precautions, diagrams, and illustrations; test

procedures; performance data; and parts list. The parts lists for equipment shall indicate

the sources of supply, recommended spare parts, and the service organization, which is

reasonably convenient to the project site. The manual shall be complete in all respects for

equipment, controls, accessories, and associated appurtenances provided. Submit an

electronic copy of Operation and Maintenance Manuals with all documents scanned to

PDF format on a CD-ROM disk.

3. Operating Instructions (3 each)

Furnish manufacturer's operating instructions for the principal mechanical and electrical

components, for use by operating personnel. A copy shall be provided in each of the three

operations and maintenance manuals. The fourth copy shall be laminated between

thermoplastic sheets and affixed where directed by COR adjacent to each item of

equipment. Operating instructions shall not face when exposed to sunlight and shall be

secured to prevent easy removal or peeling. The operating instructions shall include

wiring diagrams, control diagrams, and control sequences for each principal item of

equipment. The instructions shall describe the functions of the equipment, its most

economical operation, start-up and shutdown procedures, procedures to follow in the

event of failure, normal maintenance practices, and caution and warning notices. Submit

an electronic copy of Operating Instructions with all documents scanned to PDF format

on a CD-ROM disk.

4. Additional Submittals

The following additional submittals will be required for this project and are subject to the

submittal requirements outlined above:

XIII: WARRANTY: Submit three signed copies of Manufacturer’s Product Warranty for

entrance system as follows:

1. Warranty Period: One year from date of completion of the project, provided that the

limited warranty begins in no event later than six months from date of shipment by

manufacturer. Ensure warranty language is identical to “as approved” version of the sample

warranty submitted and returned from the COR. 

LOCATION OF PROJECT:

United States Coast Guard Base Miami Beach

100 MacArthur Causeway

Miami, FL 33139

Q&A’s:  Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB Friday 12 Jan 2024.  These Q&A’s will be answered and posted to this solicitation as an amendment prior to close of solicitation.

APPLICABLE FAR CLAUSES

FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items).

ATTACHED BY REFERENCE

52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS

52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984)

52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995)

Work hours: Monday through Friday, 0730 – 1800 (7:30 am – 6 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.

Contact Information

Contracting Office Address

  • 100 MACARTHER CAUSEWAY MIAMI FL 33139
  • MIAMI , FL 33132
  • USA

Primary Point of Contact

Secondary Point of Contact

History