Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
MODIFICATION

56 -- Enclose Breezeway at Pool with Sunroom Windows

Notice Date
4/10/2007
 
Notice Type
Modification
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, FL, 33131-3050, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG21-07-2877ABAW8
 
Response Due
5/7/2007
 
Archive Date
5/22/2007
 
Point of Contact
Gwen Carrion, Purchasing Agent, Phone 305-415-7081, Fax 305-415-7092, - Gwen Carrion, Purchasing Agent, Phone 305-415-7081, Fax 305-415-7092,
 
E-Mail Address
gcarrion@iscmiami.uscg.mil, gcarrion@iscmiami.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Modification to the original Combined Synopsis/Solicitation reflects a new change as a Presolicitation Notice for non-commercial items prepared in accordance with the format in the non-commerical clause (52.213-4) with additional information included in this notice. This announcement constitutes the only solicitation, offer (s) being requested and a written solicitation will NOT be issued. The solicitation number is HSCG-21-07-2877ABAW8, is issued as a Request For Quotation (RFQ). This presolicitation notice constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) Code is 332321 and the Small Business Size Standard is 500. The contract will be awarded using the simplified acquisition procedures in accordance with the FAR 13. 1.1 GENERAL DESCRIPTION - This work includes all labor and materials to enclose a breezeway at the Aquatic Training Facility at AIRSTATION Clearwater, FL with "Low E" sun-room type windows. 1.2 PROJECT PERFORMANCE TME - The on-site work will be performed during a two-week period (ten work days) within 45 calendar days of award. Specific dates will be worked out upon project award. 1.3 LOCATION AND INSPECTION PRIOR TO BID USCG AIRSTA Clearwater 15100 Rescue Way Clearwater, FL 33762 POC: LCDR Heather Turner Ph: (727) 535-1437 x1570 1.4 WORK HOURS - Monday thru Friday from 7am to 3pm. Other days and times may be authorized with prior approval of the COTR. 1.5 AVAILABILITY OF UTILITIES - Reasonable amounts of electricity and potable water will be provided to the contractor at no cost. Restroom facilities will be available at the job site. 1.6 BUILDING CODES - All work shall comply with latest versions of the following: 1.6.1 International Family of Codes, primarily the IBC (International Building Code) 1.6.2 NFPA 101 (National Fire Protection Association's Life Safety Code) 1.6.3 Florida building codes 1.6.4 Local codes where applicable 1.6.5 All architectural, engineering, and landscape architecture work produced under this Purchase Order shall be performed under the direct supervision of a professional architect/engineer/landscape architect. 1.6.6 Area to be enclosed will be considered "habitable space". The completed wall system must meet minimum standards for "habitable space" as set forth in FL Building Codes and be certified by a licensed professional engineer. 1.7 STORAGE AREA - The government will provide only outdoor unsecured lay down area for the contractor's use to stage materials and as a work area during fabrication 1.8 CLEANUP - The contractor shall keep the work area, and storage area free from accumulations of waste on a daily basis 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 or dumpsters. 1.9 STORM PROTECTION - Should warnings of gale force winds or stronger be issued, the Contractor shall take every precaution to minimize the danger to persons, the work, or adjacent property. Precautions taken shall include, but not be limited to, closing openings, removing loose materials, tools, and equipment from exposed locations, and removing or securing scaffolding, and other temporary work. 1.10 RECEIPT OF MATERIALS - Shipment of equipment, materials, and supplies should be addressed to the Contractor, not the government. The contractor must be on hand to accept shipments; the government will not accept shipments. 1.11 SECURITY - Work is to be performed in areas directly adjacent to active airport property. All contractor personnel must strictly adhere to local security practices including but not limited to the following: 1.11.1 Contractor personnel will be required to provide government issued ID to gain access to the base. 1.11.2 Workers shall at no time smoke in any of the facilities. Workers shall not stray from area they are assigned for purposes of this contract unless properly escorted. 1.12 All warranties express or implied, for individual equipment shall be endorsed to the Government. 1.13 WARRANTIES - All warranties express or implied, for individual equipment shall be endorsed to the Government. 1.14 DETAILS 1.14.1 Attached drawings and photos show approximate area to be enclosed including doors, and approximate dimensions of panels (fig 1-5). To receive a copy of these drawings please contact either Heather Bove at 305.415.7082 or Heather Turner at 727.535.1437 ext.1570. 1.14.2 Glass panels of the enclosure should be made of a double paned impact resistant "low E" glass with an R value of 18 or more. 1.14.3 Solid panels of the enclosure must in insulated and meet an "R" value of 18 or more and should comprise at least the lower 24 inches of each wall panel. 1.14.4 Solid panels shall be neutral in color with final color approved by the COTR. 1.14.5 Solid panels shall provide a raceway and be cut to install electrical outlets required to meet electrical code. All electrical connections and running of electrical wires will be completed by others. 1.14.6 Solid members of the enclosure shall be galvanized or coated to resist the elements using a baked enamel finish. Exterior color shall be neutral and approved by the COTR in advance. 1.14.7 All fasteners shall be stainless steel. 1.14.8 The joints where the new wall panels and existing structure meet shall be weather tight. 1.14.9 There will be a total of 3 door openings required. Two double door entrances (72inches wide), and one single door entrance (at least 36inches in width). Double door entrances shall have a 72 inch clear opening (no center support column). Doors and adjacent door panels may be solid construction up to the full height of the door. 1.14.10 Current metal railings enclosing the area will be removed by others. 1.14.11 There is an architectural detail at each location where the new walls will meet the building (fig 6). New wall panels must be fitted around this detail to complete the enclosure. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.219-1 - Small Business Program Representations (Apr 2002) FAR 52.219-3 - Notice of Total HUBZone Set-Aside (Jan 1999) FAR 52.219-6 - Notice of Total Small Business Set-Aside (June 2003) FAR 52.219-7 - Notice of Partial Small Business Set-Aside (June 2003) FAR 52.222-3 - Convict Labor (June 2003) FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (June 2004) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.225-1 - Buy American Act-Supplies (June 2003) FAR 52.225-3 - Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Dec 2003) FAR 52.232-33 - Payment by Electronic Funds Transfer- Central Contractor Registration (October 2003) FAR 52.225-9 - Buy American Act Construction Materials (Jan 2005) FAR 52.225-10 - Notice of Buy American Act Requirement - Construction Materials (May 2002) FAR 52.225-11 - Buy American Act Construction Materials Under Trade Agreement (Jan 2005) FAR 52.225-12 - Notice of Buy American Act Requirements - Construction Materials Under Trade Agreement (Jan 2005) FAR 52.232-27 - Prompt Payment for Construction Contracts (Feb 2002) FAR 52.204-8 - Annual Representations and Certifications (Jan 2005) FAR 52.222-6 - Davis - Bacon Act (Feb 1995) FAR 52.222-11 - Subcontracts Labor Standards (Feb 1988) FAR 52.222-13 - Compliance with Davis-Bacon and Related Act Regulations (Feb 1988) FAR 52.222-16 - Approval of Wage Rates (Feb 1988) FAR 52.222-17 - Labor Standards for Construction Work - Facilities Contracts (Feb 1988) Company quotes should include the solicitation number, the time specified in the solicitation for receipt of offers, the name, address and telephone number of the offeror, a completed copy of the representations and certifications at FAR 52.212-3, and a price quote. Vendor must be registered in Central Contracting Registration @ www.ccr.gov as indicated in the FAR 52.204-7. Closing date and time for receipt of quote is 07 May 2007, at 0700 am (EST) to Commanding Officer, USCG ISC Miami (fp), 909 SE First Ave., RM 512, Miami, FL 33131-3050, Attn: Heather Bove; e-mail address is heather.l.bove@uscg.mil or fax to 305.415.7092. Telephone requests will not be accepted. A formal notice of changes (if applicable) will be issued in the FedBizOpps (www.eps.gov) via an amendment (s).
 
Place of Performance
Address: USCG AIRSTA Clearwater, 15100 Rescue Way, Clearwater, FL,
Zip Code: 33762
Country: UNITED STATES
 
Record
SN01269838-W 20070412/070410220432 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.