Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

56 -- POOL RESURFACING AND REMODELING

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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, Florida, 33131-3050
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-08-Q-7J1494
 
Point of Contact
Rea L. Hughes,, Phone: 305-415-7083
 
E-Mail Address
rea.l.hughes@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for non-commercial item prepared in accordance with the format in accordance with 52.213-4 of the Federal Acquisition Regulation (FAR) as supplemented 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 HSCG28-08-Q-7J1494, issued as a Request for Quotation. This combined snopsis constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) code is 238990, size standard of $13.0 million. The contract will be awarded using simplified acquisition procedures in accordance with FAR 13. The acquisition is for pool resurfacing and remodeling at U.S. Coast Guard Sector, Saint Petersburg, FL. See Scope of Work below: SECTOR ST PETERSBURG POOL RESURFACING AND REMODELING Point of contact: DC1 Cesar 0 Perez-Perez or Mr. Bob Lawrence -Unit: Sector Saint Petersburg FL. Division: Facilities Engineering SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor and materials as required to resurface and install the following. Installation of a new pool surface and scum gutters, preparation and application of acid wash, replace top and bottom row of beam tile-includes tile, install non-skid tile on stepsincludes tile, installation of swim lanes and no diving tile, installation of belly band tile-includes tile, install 6 complete light housing assemblies. Installation of rope anchors for the belly band tile and line separation. Conduct new surface chemical start-up-includes exposing quartz. Remove ladders and step rails prior to resurfacing and replace upon completion. And to include testing of all supply and return lines for leaks. The exact location of the job is 600 8th Ave Southeast, Saint Petersburg, FL. 33701. Upon Completion, the resurface work on the pool must be inspected and found to be satisfactory to the contracting officer's representative. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT ten (10) days after notice to proceed. Contractor and their crew will work diligently to complete all work, making the pool fully functional and ready for use with-in 30 days after contract was awarded. 3. TYPE OF MATERIALS: All Materials listed below will be provided by the contractor. Installation of a new interior pool surface and scum gutters, 4" x 4" tile, 6" x 6" bull nose tile, 2" x 6" non-skid cap tile, Depth marker tile above the scum gutters, Depth marker tile and universal no diving tile. (Florida Health Dept Code). Installation of Belly band (depth change tile) (Florida Health Dept. Code), Two new main drain frames and grate, new scum gutter grates and frames, new floor return covers, wall rope anchors for belly band, New light housing (labor, wired, light housing included), light niches. 4. SCOPE OF WORK: Provide all labor and materials necessary to remove and dispose of all tile and surface material waste associated with removal of the existing pool surface. Company will drain all the water from the pool before any work is done to the surface of the pool. For technical questions or to arrange a site visit, contact: DC1 Perez or Mr. Bob Lawrence @ (727) 842.7628 or (727) 423- 0451. 5. DESIGNATED CONTRACTING OFFICER'S REPRESENTATIVE: The designated Contracting Officer's Representative and point of contact for this project is DCl Perez or Mr. Bob Lawrence, (727) 842.7628 or (727) 423-0451. Inquires concerning any phase of the scope of work before or after award of contract shall be made to DCl Perez. 6. CONDITIONS AFFECTING THE WORK: The offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of work thereof. The government will assume no responsibility for any misunderstanding or misrepresentations concerning conditions made by any of its officers or agents prior to execution of the contract, unless included in the request for quotes, the scope of work or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the Contracting Officer's Representative of his intended start date. The work shall be done in accordance with the scope of work. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer, shall in any manner or degree modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by that workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer's Representative. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contactor shall comply with all applicable Federal, State and Local laws. 11. CLEAN UP: All trash and debris shall be removed from U.S. Coast Guard Sector St. Petersburg Florida and disposed of at a local landfill or recycling facility in accordance with all applicable Federal, State and Local laws. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the Sector's normal working hours (0730-1530), he/she may submit a request in writing to the Contracting Officer's Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer Representative to arrange for inspection/acceptance or work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the Contracting Officer's Representative 5 days prior to commencing work. The employees shall contact DC1 Perez, prior to arriving and check in with the front gate upon arrival. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicle operated on government property shall be maintained in a good state of repair. 15. SAFTEY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of the Coast Guard Sector St. Petersburg. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic and security regulations. There will be no smoking in Coast Guard facilities. 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 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003) FAR 52.204-7 Central Contractor Registration (JUL 2006) Mandatory Registration FAR 52.204-8 Annual Representations and Certifications (JAN 2005) FAR 52.213-3 Offerors Representations and Certifications (JUN 2006) FAR 52.213-4 Terms and Conditions Simplified Acquisition (Other Than Commercial items) (FEB 2006) FAR 52.219-1 Small Business Program Representations (APR 2002) FAR 52.219-6 Notice Of Total 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 (OCT 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 52.222-6 Davis Beacon Act (JUL 2005) FAR 52.222-11 Subcontractors (Labor Standards) (JUL 2005) FAR 52.222-13 Compliance with Davis Beacon 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) FAR 52.222-26 Equal Opportunity (APR 2002) The following Homeland Security Acquisition Regulations (HSAR) is incorporated as an addenda to this solicitation. HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) 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 quote price for line item #1 To provide all labor, material and equipment for resurfacing and remodeling pool at Sector St. Petersburg. Vendor must be registered in Central Contractor Registration @ www.ccr.gov as indicated in FAR 52.204-7. Closing date and time for receipt of quote is 19 May 2008, at 3:30 pm (EST) to Commanding Officer, USCG ISC Miami (fp), 909 SE First Ave., Rm #512, Miami, FL 33131-3050, Attn: Rea Hughes; email address at Rea.L.Hughes@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 FedBizOpps via an amendment(s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e69cc9021628eaff743a89112bfabf46&tab=core&_cview=1)
 
Place of Performance
Address: Commanding Officer, USCG Sector St. Petersburg, 600 8th Avenue., SE, ST. Petersburg, Florida, 33701-5030, United States
Zip Code: 33701-5030
 
Record
SN01557911-W 20080423/080421215041-e69cc9021628eaff743a89112bfabf46 (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.