USCG BASE MIAMI BEACH BLDG 2 WINDOW SEALS AND ROOF REPAIR
ID: 31020PR240000192Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE MIAMI(00028)MIAMI, FL, 33132, USA

NAICS

Other Building Finishing Contractors (238390)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The US Coast Guard, Base Miami, has issued a combined synopsis and solicitation for small businesses to undertake window seal and roof repair services at the base located in Miami Beach, Florida.

    The primary focus of the project is to address window sealing and waterproofing, with a detailed scope of work covering tasks such as removing old seals, preparing surfaces, and applying new urethane sealant and waterproofing paint. The contractor will be responsible for providing all necessary labor and materials. The work is expected to commence within 7 to 10 business days of awarding the contract and must be completed within the specified work hours.

    To be eligible, applicants must be registered on the System for Award Management (SAM) and have an active status prior to the solicitation's close. The NAICS code is 238390, and only small businesses are eligible for this set-aside opportunity.

    The contract will be awarded based on best value, with cost and past performance considered. Quotes must be submitted by 3pm EST on Friday, August 16, 2024, via email or postal service and should include a breakdown of labor and material costs.

    For clarity, it's recommended that vendors attend a site visit on Tuesday, August 6, 2024, at 10am. All work must be approved by the Contracting Officer's Representative.

    Questions must be submitted by COB Monday, August 12, 2024, to Mehdi.Bouayad@uscg.mil. The solicitation number is 31020PR240000192, and the point of contact for the project is Mr. Boris Abello.

    Please note the applicable FAR clauses and Homeland Security Acquisition Regulations (HSAR) incorporated into this solicitation, as well as the requirement for vendors to have appropriate NAICS codes listed on their SAM registration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG STA FORT MYERS BEACH (45724) FY24 DD REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service/item. The service/item being procured is related to the repair of USCG STA FORT MYERS BEACH (45724) in Fort Myers Beach, FL. This procurement falls under the Total Small Business Set-Aside category. The service/item is specifically categorized under the NON-NUCLEAR SHIP REPAIR (EAST) industry with the PSC code J998. The primary contact for this procurement is Troy Elliott, who can be reached at troy.s.elliott@uscg.mil or 7576284540. The secondary contact is Regina M Elliott-Dougherty, who can be reached at Regina.ElliottDougherty@uscg.mil or 5716101960. The notice includes various documents such as the Schedule of Supplies and Services, Past Performance Questionnaire, Additional Contract Requirements, and Language for Solicitations. These documents are available for download as a PDF.
    Sealcoat/Crack Fill/Striping of STA Bellingham Parking Lot
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the sealcoating, crack filling, and striping of the parking lot at Station Bellingham in Washington. The contractor will be responsible for providing all necessary personnel, materials, and equipment while adhering to safety standards and regulations, with work to be conducted during normal business hours. This procurement is crucial for maintaining the facility's appearance and safety, emphasizing compliance with federal regulations and the Service Contract Act. Quotes are due by 3:00 PM PDT on September 16, 2024, and interested parties should submit their proposals to Elizabeth Meister at elizabeth.a.meister@uscg.mil, referencing solicitation number USCG-SPS-0007.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    NEW US COAST GUARD RECRUITING OFFICE IN MIAMI SOUTH
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a minimum of 2,000 rentable square feet for a new recruiting office in South Miami, Florida. The facility must accommodate five to seven personnel and include essential features such as a storage area, kitchenette, a back door leading outside, and parking for two government vehicles. This procurement is crucial for establishing a functional recruiting station, with a target availability date of May 1, 2025. Interested landlords must submit their expressions of interest, including property ownership proof and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the outlined deadline, as there are no bid documents available for this solicitation.
    Z--REPLACE ROOF ON OREGON INLET FEE KIOSK
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the roof on the Oregon Inlet Fee Kiosk located at Cape Hatteras National Seashore. The project entails installing a new standing seam metal roofing system designed to withstand wind speeds of up to 120 mph, with a total estimated cost of under $25,000. This procurement is a 100% small business set-aside, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested contractors must register in the System for Award Management (SAM) and submit their firm-fixed price quotes by September 17, 2024, at 3:00 PM EST, with a site visit scheduled for September 10, 2024. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov or by phone at 305-242-7742.