Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

62 -- Installation of Lighting Fixtures in USCG Hangars

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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-7ABEB9
 
Archive Date
9/9/2008
 
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 at FAR 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-7ABEB9, issued as a Request for Quotation. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through FAC 2005-12. Applicable North American Industry Classification Standard (NAICS) code is 238210, size standard of $13.0 million. The contract will be awarded using Simplified Acquisition Procedures in accordance with FAR 13. The acquisition is for removal and installation of lighting fixtures in USCG Hangars at Air Station, Clearwater, FL. See Scope of Work below. 1.1 GENERAL DESCRIPTION – This work includes all labor and materials to remove current lighting and install new lighting in the hangars at Air Station Clearwater, FL. Light fixtures will be T5HO and be placed to avoid interference with current operations. 1.2 PROJECT PERFORMANCE TIME – The on-site work will be performed during (35 work days) within 15 calendar days of arrival of light fixtures. Light fixture order must be placed within 7 physical days of contract 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 PO1 Michael Malbrough Ph: (727) 535-1437 x1545 POC CWO Jeff Timberlake Ph: (727) 353-1437 x1572 Cell: (727) 423-7586 1.4 WORK HOURS - M-F 7am to 3pm. Other days and times may be authorized with prior approval of the COTR 1.5AVAILABILITY 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” set forth in FL Building Codes and be certified by a licensed professional engineer. 1.7 STORAGE AREA – The government will provide only work space and work storage areas outside the gated flight zone areas during work hours. Storage of a trailer may be coordinated, but will remain outside the flight zone area. 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 removing loose materials, tools, and equipment from exposed locations, and removing or securing scaffolding, and other temporary work. 1.10 RECIEPT 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 FINAL INSPECTION – The contractor shall notify the COTR at least 2 working days prior to final inspection. 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 light placements and interferences. (fig 1-5). (DRAWINGS TO BE PROVIDED UPON REQUEST VIA EMAIL) 1.14.2 All light fixtures must not be placed directly above any fan blade or in the path of a fan blade. 1.14.3 All light fixtures must not be placed in the path of overhead cranes or in any way that will interfere with crane operations. 1.14.4 If any discrepancies occur COTR must be notified immediately as to not hold up progress. 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, 52.204-7, 52.204-8, 52.213-3, 52.213-4, 52.219-1, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.225-3, 52.225-13, 52.232-33, 52.225-9, 52.225-10, 52.225-11, 52.225-12, 52.232-27, 52.222-6, 52.222-11, 52.222-13, 52.222-16, 52.222-17, 52.222-26 and the following Homeland Security Acquisition Regulations (HSAR) is incorporated as an addenda to this solicitation, (HSAR) 3052.242-72. Company quotes should be on company letter-head and 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 No. 1, To provide all labor, material, equipment and supplies (lighting fixtures), for installation in USCG Hangars. Offerors must be registered in Central Contractor Registration @www.ccr.gov as indicated in FAR 52.204-7. Quotes to be submitted to: Commanding Officer, USCG ISC Miami(fp), 909 SE First Ave., Rm #512, Miami, FL 33131-3050, Attn: Rea Hughes or email adddress: Rea.L.Hughes@uscg.mil; 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e083081a2e6aa1856bc09bb2ed8253d5&tab=core&_cview=1)
 
Place of Performance
Address: Commanding Officer, U.S. Coast Guard Station Clearwater, 15100 Rescue Way, Clearwater, Florida, 33177, United States
Zip Code: 33177
 
Record
SN01629440-W 20080803/080801223215-e083081a2e6aa1856bc09bb2ed8253d5 (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.