BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a military facility in Miami Beach, Florida. Completed plans call for site work for a military facility.

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 31020PR240000190 Applicable North American Industry Classification Standard (NAICS) codes are: 238160 Roofing Contractors 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: Cost of labor and supervision 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. Past Performance and Cost factors will also be used when selecting the award. Anticipated award date: 10 business days after close of solicitation, OOA 26 Aug 2024 ***Quotes are to be received NO later than close of business (3 p.m. EST) on Tuesday Aug 13, 2024. Quotes can be emailed to: Mehdi.Bouayaduscg.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 909 SE 1st Ave, Room 512 Miami, FL 33131. 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) Wage determinations: Davis Bacon ACT WD # FL20240215, Revised 07/12/2024 ****** Site Visit is highly recommended, however not mandatory, will be hosting a one day Site Visit on Tuesday July 30, at 10AM at the Project Site, please coordinate with Mr. Boris Abello who is the POC on the project. (POC Information is below. Location of Project: USCG Base Miami Beach 100 Macarthur Causeway, Miami Beach, FL 33139 POINT OF CONTACT The Government Point of Contact (POC) for this work is Mr. Boris Abello, (305) 695-2385, Email: Boris.Abellouscg.mil. The Contractor shall coordinate with the POC to minimize interference with Coast Guard operations or personnel. All work shall be coordinated with other trades involved in the project and carefully laid out in advance. Performance Period: Performance of work is expected to commence NLT 7-10 business days after award is made. Anticipated award date: Aug 23, 2024 Q&A's: Questions concerning the work requested must be sent to Mehdi.Bouayaduscg.mil by COB Thursday Aug 8, 2024. These Q&A's will be answered and posted to this solicitation as an amendment prior to close of solicitation. XI. SCOPE OF WORK: 1. Below work will be completed onboard Causeway Island. 2. Contractor shall provide ALL labor and materials necessary to complete the project. 3. Contractor shall comply with submittal requirements if applicable. 4. Contractor shall protect all equipment and merchandise in work locations. 5. Contractor shall clean the roof membrane of dirt and debris to a smooth and workable surface. 6. Contractor shall cut out and let air dry out two (2) roof membrane blisters. Please see Figure 25 & 26. 7. Contractor shall prime repair areas, using a new quick asphalt primer. 8. Contractor shall install (2) sections of new GAF rubber and polyester reinforced modified roofing roll, fully torch adhered. 9. Contractor shall apply a three-course application of premium mastic and membrane at the entire perimeter of newly installed modified roofing roll. 10. Contractor shall apply a three-course application of premium mastic and membrane at existing perimeter of base flashing, as needed. Please see Figure 5, 6, 17, 18, 19, 20 & 23. 11. Contractor shall apply a three-course application of premium mastic and membrane at the base and corners of existing scuppers, as needed. Please see Figure 14 & 15. Page 5 of 32 12. Contractor shall apply a three-course application of premium mastic and membrane at the base and corners of ac unit, as needed. Please see Figure 6 & 10. 13. Contractor shall tool out and remove any dried and/or deteriorating sealant from 386'LF counter flashing. Please see Figure 22 & 24. 14. Contractor shall clean 386'LF counter flashing, using new Xylem and rags. 15. Contractor shall seal 386'LF counter flashing, using new polyurethane sealant. 16. Contractor shall clean fifteen (15) M-Curbs, using new Xylem and rags. Please see Figure 11, 12 & 21. 17. Contractor shall seal fifteen (15) m-curbs, using new GAF Silicone sealant. 18. Contractor shall seal one (1) lead stack, using new premium mastic and membrane, as needed. 19. Contractor shall apply new granules on exposed premium mastic as needed, to maintain reflectivity and overall good condition. 20. Contractor shall apply a coat of new Aluminum coating on the dark areas of parapet wall above the counter flashing. Please see Figure 5, 6, 17, 19 & 20 21. Contractor shall be responsible for the removal of all trash and debris from project area upon completion. 22. All work must be approved by the Contracting Officer's Representative. XII. SUBMITTALS: Submittals shall be approved before procurement, fabrication, or delivery of items to the job site. Partial submittals will not be accepted and will be returned without review. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable Federal, Military, industry and technical society publication references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. Failure to furnish required submittals can be cause for rejection of the material. Approval of submittals shall not relieve the contractor his obligation to comply with the contract specifications and drawings. 1. Manufacturer's Installation Instructions (3 each) Where installation procedures or any part hereof, are required to be in accordance with the instructions of the manufacturer of the material being installed, printed copies of these instruction and/or recommendations shall be furnished to the Contracting Officer prior to installation. Installation of the item will not be allowed to proceed until the instruction and/or recommendations are received. Failure to furnish these documents can be cause for reject of the material. With this submittal, explicitly identify in writing, any differences between manufacturer's instructions and the requirements specified herein. 2. Operation and Maintenance Manuals (3 each) Furnish an operation and maintenance manual section for each item of equipment. Furnish three copies of the complete manual bound in hardback binders. Furnish one complete manual prior to the time that equipment tests are performed and furnish the remaining manuals before the contract is completed. Inscribe the following identification on the cover: the words "OPERATION AND MAINTENANCE MANUAL", the name and location of the equipment, the name of the contractor, and the contract number. The manual shall include the names, addresses, and telephone numbers of each subcontractor. Page 6 of 32 installing equipment, and of the local representatives for each item of equipment. The manual shall have a table of contents and be assembled to conform to the table of contents with the tab sheets placed before instructions covering the subject. The instructions shall be legible and easily read, with large sheets of drawings folded in. The manual shall include: a complete description of the system, wiring and control diagrams with data to explain detailed operation and control of each item of equipment; a control sequence describing start-up, operation, and shut-down instructions; installation instructions; maintenance instructions; lubrication schedule including type, grade, temperature range, and frequency; safety precautions, diagrams, and illustrations; test procedures; performance data; and parts list. The parts lists for equipment shall indicate the sources of supply, recommended spare parts, and the service organization, which is reasonably convenient to the project site. The manual shall be complete in all respects for equipment, controls, accessories, and associated appurtenances provided. Submit an electronic copy of Operation and Maintenance Manuals with all documents scanned to PDF format on a CD-ROM disk. 3. Operating Instructions (3 each) Furnish manufacturer's operating instructions for the principal mechanical and electrical components, for use by operating personnel. A copy shall be provided in each of the three operations and maintenance manuals. The fourth copy shall be laminated between thermoplastic sheets and affixed were directed by COR adjacent to each item of equipment. Operating instructions shall not face when exposed to sunlight and shall be secured to prevent easy removal or peeling. The operating instructions shall include wiring diagrams, control diagrams, and control sequences for each principal item of equipment. The instructions shall describe the functions of the equipment, its most economical operation, start-up and shutdown procedures, procedures to follow in the event of failure, normal maintenance practices, and caution and warning notices. Submit an electronic copy of Operating Instructions with all documents scanned to PDF format on a CD-ROM disk. 4. Additional Submittals The following additional submittals will be required for this project and are subject to the submittal requirements outlined above: WARRANTY: Submit three signed copies of Manufacturer's Product Warranty for entrance system as follows: Warranty Period: Three years from date of completion of the project, provided that the limited warranty begins in no event later than six months from date of shipment by manufacturer. Ensure warranty language is identical to "as approved" version of the sample warranty submitted and returned from the COR. 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.

Post-Bid

Military

$100,000.00

Public - Federal

Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

4

Subscribe For Documents

5 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
253
Active Projects
117
Bidding Soon
1,753
All Active Projects
776
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 13, 2024

September 12, 2024

img_map_placeholder

100 MacArthur Cswy, Miami Beach, FL

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.