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 37130PR250000047
Applicable North American Industry Classification Standard (NAICS) codes are:
237110 Water And Sewer Line and Related Structures Construction
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 labor and supervision
b. 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 23 April 2025
****Quotes are to be received no later than close of business (3 p.m. EST) on Thursday April 10, 2025. 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
16001 SW 117th Ave
Miami, FL 33177
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)
***** SITE VISIT**** Tuesday Mar 25, 2025 AT 09:00 AM EST AT PROJECT SITE (USCG Sector St. Petersburg)
600 8th Ave SE, St. Petersburg, FL 33701
POC: CWO Justin David
Email: Justin.H.David@uscg.mil
Phone: 619-788-7170
SCOPE OF WORK: SCOPE OF WORK
Contractor shall provide all labor, tools, and replacement materials to conduct repairs to a ruptured 1 1 2 copper nickel schedule 40 potable water main and associated fittings. Work shall include excavation, inspection, repair, back fill, soil compaction, and rebar/concrete slab replacement. Source and location of leak has been identified and marked for visual reference.
Remove and properly dispose of existing materials that need to be removed to access rupture in accordance with all applicable state and federal laws. Provide all transportation and disposal provisions. Contactor shall at no time dispose of any materials in the water.
Contractor shall provide necessary tools, equipment and materials required to saw cut concrete slab on waterfront pier and excavate to a depth of 2-4 feet to access section of ruptured piping.
Contractor shall perform inspections and operational verifications during installation services. This includes visual, environmental, mechanical, and functional verifications of the system. The contract can be modified with contracting officer approval only if further damages are discovered during excavation portion of this contract.
Contractor shall be responsible for the removal of all trash and debris from project area upon completion. Contractor shall adhere to all local, state, and federal environmental regulations for entire duration of project.
All work and/or contract modifications must be approved by the contracting officer only and be approved by the Contracting Officer's Representative CWO Justin H. David.
Contractor shall be responsible for removal and reinstallation of all obstacles throughout the duration of contract. Upon completion contractor shall conduct flow and leak test pre and post back fill/concrete pour.
Q&A's: Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil by COB (3 PM EST) on Friday 04 April 2025. These Q&A's will be answered and posted to this solicitation as an amendment prior to close of solicitation.
STORM PROTECTION
Should warnings of extreme weather (such as storm surge, wind of gale force) be issued, the
Contractor shall take every practicable precaution to minimize danger to personnel, the work
and adjacent property. Precautions shall include, but not be limited to, closing all openings,
removing all loose materials, tools and equipment from exposed locations, and removing or
securing fencing, scaffolding and other temporary work.
DELIVERY AND STORAGE
Equipment and materials shall be carefully handled, properly stored, and adequately protected
to prevent damage before and during installation, in accordance with the manufacturer's
recommendations. Damaged or defective items shall be replaced. Location of storage and
staging area shall be designated by the POC. The contractor will be responsible for security of
all materials and equipment.
RECEIPT OF MATERIALS
Shipment of equipment, materials, and supplies shall be addressed to the Contractor - not the
Government. The Contractor must be on hand to accept shipments; the Government will not
accept shipments.
CLEANUP
The Contractor shall keep the work area, including storage areas, free from accumulations of
waste materials on a daily and comply with all federal, state and local regulations
pertaining to the storage, transport and disposal of wastes. The Contractor shall not use Coast
Guard waste disposal facilities including garbage cans, trash piles or dumpsters.
SECURITY
Working Personnel List.
The Contractor shall provide the COR CWO Justin David with a list of names of all personnel who will be working
on the site. The Contractor may submit a revised list at any time during the project. Only
personnel on the approved listing will be allowed on the site.
Personnel Identification.
All personnel shall carry proper identification (ID) when on site. Proper ID is defined as either
the individual's driver's license, or a company issued ID. The identification must be laminated,
and show facial picture of the individual. Individuals without proper ID will be escorted off
the Coast Guard premises.
QUALITY
Quality of Contractor Furnished Material. Materials supplied by the Contractor shall be of a
quality conforming to applicable Federal specifications and lead and asbestos free.
WARRANTIES
All warranties and/or guarantees, either implied or expressed, for individual equipment shall
be endorsed to the Government.
General
The Contractor is wholly responsible for work site safety. The Contractor shall implement a
safety program that protects the lives and health of personnel in the service area, prevents
damage to property and avoids work interruptions. The Contractor shall provide appropriate
safety measures including but not limited to barricades, signs and signal lights as well as
complying with the requirements of all applicable Federal, State and Local safety laws, rules
and regulations.
Compliance
The Contractor is specifically required to comply with the requirements of the U. S. Army
Corps of Engineers "Safety and Health Requirements Manual" (EM 385-1-1, latest version
available) and the Accident Prevention clause (FAR 52.236-13). Once accepted, this safety
plan shall become part of the contract requirements. Note: This review/acceptance does not in
any way relinquishes the Contractor from responsibility for work site safety nor the obligation
to comply with the OSHA regulations found in 29 CFR 1910 & 1926 or any other State or
Local safety law, rule or regulation applicable to the contract work. The Coast Guard will
cooperate fully with the Department of Labor (Occupational Safety and Health Administration)
in their enforcement of OSHA regulations.
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.