Skip to main content

An official website of the United States government

You have 2 new alerts

Replacement of Hangar Interior and Exterior Lights at USCG Sector St. Petersburg

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: May 21, 2024 08:22 am EDT
  • Original Published Date: May 16, 2024 01:39 pm EDT
  • Updated Date Offers Due: May 31, 2024 03:00 pm EDT
  • Original Date Offers Due: May 18, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 15, 2024
  • Original Inactive Date: Jun 02, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2EZ - REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    Saint Petersburg , FL 33701
    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.

The solicitation number is 37130PR240000029

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

561790 Other Services to Buildings and Dwellings, Size standard in millions of dollars $9.0

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 10 June 2024

***Quotes are to be received NO later than close of business (3 p.m. EST) on Friday May 31 2024. 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

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)

Wage determinations: Service Contract Act WD # 2015-4571 , Revision #22,  Last Revised Dec 26, 2023

SCOPE OF WORK: 

 

  1. INTENT: The intent of this project is to replace Interior and Exterior lights on the Hangar at USCG Sector St. Petersburg’s North Moorings.
  2. SCOPE OF WORK:  The Contractor shall provide all labor, materials, and equipment to meet all specifications for inspection, assessment, and replacement of interior and exterior lighting in the hangar at USCG Sector St. Petersburg.
  3. QUALIFICATIONS:  Contractor shall provide personnel who have the knowledge, qualifications, and working experience to perform the functions outlined in the Performance Standards. All personnel shall understand shall be licensed electricians and capable of lighting removal and installation at heights.
  4. CONTINUITY OF FACILITIES OPERATION:  Contractor shall schedule work to minimize interference with the facility’s normal operations. Perform all on-site work between the hours of 7:00 AM and 4:00 PM, Monday through Friday (federal holidays excluded), unless otherwise approved by the Contracting Officer or Contracting Officer’s designated representative.

PART 2

PERFORMANCE STANDARDS

  1. PERFORMANCE REQUIREMENTS:  Contractor shall inspect, assess, and affect repairs to all lights on Hangar Building at USCG Sector St. Petersburg

  1. Lights must meet BAA and BABA requirements.

  1. Remove 45 existing LED lights and replace 45 lights with LED High Bay lights and associated hardware.

  1. Remove existing 04 exterior lights and replace with 04 Trunnion mount LED Flood lights.

  1. Contractor will provide lift to access light.

  1. All materials shall be installed IAW manufacturers recommended installation procedures.

  1. Contractor shall be responsible for proper removal and disposal of all debris and discarded materials. Contractors shall provide their own means of waste collection. Use of Sector St. Petersburg’s waste collection point is prohibited.

  1. All work done under the premise that there existing wiring and power can handle the new lighting. Should the existing wiring be in unusable condition the techs will gather information for new wire runs and a change order will be sent.

  1. Location of Work: USCG Sector St. Petersburg/North Moorings

600 8th Ave SE

St. Petersburg, FL 33701

SITE VISIT:  Site visits are highly recommended. Site Visit will be held on Thursday May 23, 2024 at 10:00AM. This will be the only site visit. Please have a valid ID and ask for DCC Timothy Bakels.  

  1. PERFORMANCE STANDARDS:  The COTR or Contracting Officer may inspect, at any time, the progression of work to ensure compliance with the contract. The proper adherence to all safety procedures is required prior, during and after work being performed.  The contractor shall furnish all personnel with and require donning of required personal protective equipment (PPE). The contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities, and avoid interruptions of Government operations in the performance of services.

  1. DELIVERABLES: Should any discrepancies be found during inspections that would incur added cost outside of this standard scope of work, contractor shall provide a detailed quote for additional work within 72 hours to the unit POC. 

  1. LIABILITY OF DAMAGES:  The contractor shall be liable for all damages to government equipment and property when such damage is due to fault or negligence of the contractor.  The contractor shall be responsible for all damages or injury to persons that occur because of the contractor’s fault or negligence.  The contractor shall take proper safety and health precautions to protect the work the workers, the public, and the property of others.

6 POINT OF CONTACT

The Government Point of Contact (POC) for this work is DCC Timothy G. Bakels, (727) 824-7599, Email: Timothy.G.Bakels@uscg.mil. The Contractor shall coordinate with the POC to minimize interference with Coast Guard operations or personnel. All work shall be coordinated with other trades involved in the project and carefully laid out in advance.

Performance Period:  Performance of work is expected to commence NLT 7-10 business days after award is made.  Anticipated award date:  May 31 2024

Q&A’s:  Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB 28 May 2024.  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 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