Alameda Exterior Doors Repair
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: Sep 11, 2024 02:21 pm EDT
- Original Published Date: Aug 28, 2024 04:21 pm EDT
- Updated Date Offers Due: Sep 13, 2024 01:00 pm EDT
- Original Date Offers Due: Sep 13, 2024 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 28, 2024
- Original Inactive Date: Sep 28, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: Alameda , CA 94501USA
Description
Edited on 9/11/24 to add Questions and Answers document.
RFQ # 52800PR240001738
Contracting Office: CG-9142
Responses Due: On or before, Friday, 13 September 2024, at 1:00pm ET (10:00am PT)
Total Small Business Set-Aside
This is a combined synopsis solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued.
The solicitation number is 52800PR240001738 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the services and equipment needed to repair building 5 and 5A’s exterior doors in Alameda, CA.
Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far.
The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 238990 - All Other Specialty Trade Contractors; The Standard Business Size is $19M. Product Service Code is: Z2JZ - Repair or Alteration of Miscellaneous Buildings.
The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to procure services and equipment needed to repair building 5 and 5A’s exterior doors in Alameda, CA. ISD-DCI requires that all doors be repaired to ensure they operate properly, preventing space contamination and maintaining a sealed air conditioning boundary.
Background:
A previous procurement identified several repairs required for the exterior doors on buildings 5 and 5A in Alameda, CA. Base Alameda’s FE department does not have the resources to manufacturer specific knowledge and training to repair the doors, requiring outside contractor support.
Buildings 5 and 5A each have one single exterior door and one double door (Four (4) doors total, two (2) single, and two (2) double). All doors are not closing or sealing properly, increasing the data center temperatures and allowing debris to enter and contaminate the space.
ISD-DCI requires that all doors be repaired to ensure they operate properly, preventing space contamination and maintaining a sealed air conditioning boundary.
Scope:
The contractor must:
Building 5
• Double Door: 71 ¾ x 83
o Furnish and install new surface applied perimeter seal.
o Furnish and install new bottom brush sweeps.
o Furnish and install new set of ball bearing hinges.
o Lube and test door for proper operation.
o Ensure proper operation of the complete door system.
• Single Door: 35 ¾ x 83
o Furnish and install new surface applied perimeter seal.
o Furnish and install new bottom brush sweeps.
o Furnish and install new set of ball bearing hinges.
o Furnish and install new surface mounted closer.
o Lube and test door for proper operation.
o Ensure proper operation of the complete door system.
Building 5A
• Double Door: 71 ¾ x 79
o Furnish and install new surface applied perimeter seal.
o Furnish and install new bottom brush sweeps.
o Furnish and install new bottom rod and latch.
o Furnish and install new set of ball bearing hinges.
o Lube and test door for proper operation.
o Ensure proper operation of the complete door system.
• Single Door: 35 ¾ x 79
o Furnish and install new surface applied perimeter seal.
o Furnish and install new bottom brush sweeps.
o Furnish and install new set of ball bearing hinges.
o Furnish and install new surface mounted closer.
o Lube and test door for proper operation.
o Ensure proper operation of the complete door system.
Period of Performance: The period of performance for completion of work is Date of Award (DOA) – 90 Days; period of performance for warranty is Date of Award (DOA) – 12 Months.
Place of Performance: USCG Base Alameda, 21 Eagle Road, Alameda, CA 94501
Line item 0001: QTY - 1, UNIT - JB, DESCRIPTION – Repairs & Equipment to repair building 5 and 5A’s exterior doors in Alameda, CA. Please find the Statement of Work (SOW) attached for more details.
Line item 0002: QTY -1; UNIT – EA, DESCRIPTION – Warranty of Repairs & Equipment associated with Line item 0001.
Evaluation: This requirement will be awarded on the basis of Best Value. The Government will award a FIRM FIXED PRICE purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the combined synopsis / solicitation, will be the most advantageous to the Government, price and other factors considered. Factors that are being evaluated are as follows, in order of importance:
Factor One: The contractor’s ability to meet all specifications required within the scope of the statement of work
Factor Two: Past performance
Factor Three: Price
TRAVEL and Other Costs: This is anticipated to be a firm fixed price task order. All costs associated with this task order should be structured according to the anticipated contract type. Any travel costs need to be included in the FFP quote in response to this solicitation. Travel will not be a reimbursable Line Item. The Government is not responsible for any costs related to site visits, quote submissions, or any other associated costs.
The purchase order resulting from this solicitation will be issued as a FIRM-FIXED PRICE award. The Government plans to award a single purchase order for the entire requirement without exchanges with Offerors. However, the Government reserves the right to enter exchanges if deemed necessary by the Contracting Officer.
UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.
This solicitation includes the following attachments:
Attachment 1 – Statement of Work (SOW)
Attachment 2 – FAR Provisions and Clauses
Attachment 3 – Electronic Submission of Payment Instructions
All applicable FAR Provisions and Clauses are attached via “Attachment 3 – FAR Clauses and Provisions.” Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to.
Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted.
The Government reserves the right to cancel this solicitation at any time.
SITE VISIT ATTENDANCE IS NOT REQUIRED TO SUBMIT A QUOTATION.
IMPORTANT DATES & INFORMATION:
Site Visit Attendance & Visitor Information Deadline:
Wednesday, 4 September 2024, at 3:00pm ET (12:00pm (noon) PT) – Submission of company name and list of attendees need to be submitted on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil. Please note that all attendees of the site visit MUST have a valid Driver's License presentable at the time of the visit.
Site Visit Date & Time:
Monday, 9 September 2024, at 1:00pm ET (10:00am PT)
Site Visit Location:
USCG Base Alameda,
21 Eagle Road,
Alameda, CA 94501
Question & Answer Deadline:
Wednesday, 11 September 2024 at 1:00pm ET (10:00am PT) – All questions need to be submitted on or before the aforementioned date and time, in writing, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil and Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil.
Solicitation Responses Due:
On or before, Friday, 13 September 2024, at 1:00pm ET (10:00am PT) – Responses to the solicitation need to be submitted on or before the aforementioned date and time, in writing, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil and Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil.
USCG Points of Contact:
Contracting Officer: Brian Eichelberger, Email: Brian.J.Eichelberger@uscg.mil
Contract Specialist: Brianna Riffle, Email: Brianna.Riffle@uscg.mil
Attachments/Links
Contact Information
Contracting Office Address
- 408 Coast Guard Drive
- KEARNEYSVILLE , WV 25430
- USA
Primary Point of Contact
- Brianna Riffle
- Brianna.Riffle@uscg.mil
Secondary Point of Contact
- Brian Eichelberger
- Brian.J.Eichelberger@USCG.mil
History
- Sep 28, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 28, 2024 04:21 pm EDTCombined Synopsis/Solicitation (Original)