Search Contract Opportunities

Hangar floor repairs for Coast Guard Air Station Clearwater   3

ID: 70Z02825Q0000022 • Type: Synopsis Solicitation

Description

Posted: Dec. 2, 2024, 11:31 a.m. EST

December 2nd, 2024. RFI response and see attached updated SOW.

  1. Rooms 118,125A,125C,125E, and 125G are listed in the SOW as receiving new epoxy. However, on the drawings with notes it shows these rooms as receiving VCT. Can you clarify what these rooms are to receive? Response: Follow the SOW and ignore the enclosure noting the VCT.
  2. What is the existing flooring in these rooms? Response: Mostly concrete with remnant carpet mastic and some remaining carpeting.
  3. Can pictures of these rooms be provided? Response: I believe there is an open site visit date and time that interested parties can come to.
  4. Who is responsible for removing the existing flooring if required? Response: Contractor is to prepare the flooring to the manufacturer's installation requirements which may include removing existing flooring.
  5. Who is responsible for moving any furniture, items, or equipment off the floor if required? Response: Coast Guard but the contractor must provide at least a weeks notice of what rooms need to be cleared.
  6. Can all the rooms be completed at one time or will phasing be required? Response: Yes all rooms can be completed at once if the contractor intends to complete the work by January 10th. Otherwise it may require phasing.

This combined synopsis/solicitation for services is 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 70Z028-25-Q-0000022. Applicable North American Industry Classification Standard (NAICS) codes are:

238330 Flooring Contractors, size standard: $19.0 Million

This requirement is for a firm 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, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA).

When submitting your proposals, request a price breakdown of the following:

  1. Cost of labor and supervision
  2. Cost of materials and equipment needed for the repair of concrete flooring at Airstation Hangar

Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested.

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: 5 business days after close of solicitation, OOA 18 December 2024

Quotes are to be received no later than close of business (3 p.m.) on 10 December 2024. Quotes can be email to: Jerry.Lopez@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: Jerry Lopez

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 Sam.Gov

Wage determinations: Pending

SCOPE OF WORK: Contractor to provide all labor, supervision, materials and equipment needed to repair concrete flooring located at the Coast Guard AirSta Clearwater Hanger, per provided SOW.

Location:
USCG Air Station Clearwater

15100 Rescue Way, Clearwater, FL. 33762

Period: Performance of work is expected to commence NLT 10 business days after award is made and submitted to awardee. Anticipated award date: 18 Dec 2024

Site visit: It is highly recommended and encouraged that a site visit is performed at the Air Station to field verify the requirements within the SOW and speak with the unit POC for this project. A site visit has been scheduled for Monday 2nd of December at 1000. Please contact the following personnel to be added to the site visit list and ensure personnel attending site visit have a proper government issued ID in order to gain access to the Station.

Chief Warrant officer William Stevenson, (727) 535-1437 x1572, William.K.Stevenson@uscg.mil

`Q&A's: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 05 Dec 2024. These Q&A's will be answered and posted to this solicitation as an amendment to solicitation prior to close.

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)

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.

Posted: Nov. 26, 2024, 12:04 p.m. EST
Background
The United States Coast Guard (USCG) is issuing this solicitation for a firm fixed price contract to repair concrete flooring at the Coast Guard Air Station Clearwater Hangar.

The goal of the contract is to provide all necessary labor, supervision, materials, and equipment for the flooring repairs, ensuring compliance with safety and operational standards.

This solicitation is set aside for small businesses.

Work Details
The contractor will be responsible for the following tasks:
1. Repair concrete flooring at the Coast Guard Air Station Clearwater Hangar, including black mastic abatement in one office.
2. Furnish all labor, trades, equipment, components, materials, tools, and supervision necessary for the work.
3. Install industrial grade epoxy flooring in designated spaces according to manufacturer specifications and industry standards.

Specific areas include:
- Room 110E
- Room 110F
- Room 110C
- Room 126
- Room 126A
- Room 126B
- Room 126D
- Room 126C
- Room 121A
- Room 121B
- Room 121C
- Room 118 (Asbestos removal completed by another contractor)
- Room 122
- Room 125E
- Room 125A
- Room 125C
- Room 125G Additionally, install new 4” black #100 cove base in all spaces and prepare flooring subsurface as needed. The contractor must also ensure dust proofing/cleaning during operations and provide option pricing for additional work such as carpet removal and asbestos abatement in specified rooms.

Place of Performance
The construction projects will be performed at the United States Coast Guard Air Station Clearwater located at 15100 Rescue Way, Clearwater, FL 33762.

Overview

Response Deadline
Dec. 10, 2024, 3:00 p.m. EST Past Due
Posted
Nov. 26, 2024, 12:04 p.m. EST (updated: Dec. 2, 2024, 11:31 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Clearwater, FL 33762 United States
Source
SAM

Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 11/26/24 Coast Guard issued Synopsis Solicitation 70Z02825Q0000022 for Hangar floor repairs for Coast Guard Air Station Clearwater due 12/10/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 23833 and PSC Z1AZ.
Primary Contact
Name
Jerry Lopez   Profile
Phone
(305) 415-7080

Secondary Contact

Name
CWO Will Stevenson   Profile
Phone
72753514371572

Additional Contacts in Documents

Title Name Email Phone
None Jonathan M. Hemmingway Profile jonathan.m.hemmingway@uscg.mil None

Documents

Posted documents for Synopsis Solicitation 70Z02825Q0000022

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z02825Q0000022

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z02825Q0000022

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70Z02825Q0000022

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70Z02825Q0000022

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z02825Q0000022

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z02825Q0000022

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > BASE MIAMI(00028)
FPDS Organization Code
7008-70Z028
Source Organization Code
100175096
Last Updated
Dec. 26, 2024
Last Updated By
jerry.lopez@uscg.mil
Archive Date
Dec. 25, 2024