This combined synopsis/solicitation for construction services is 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 70Z028-25-Q-0024170. Applicable North American Industry Classification Standard (NAICS) codes are:
238220 Plumbing, Heating, and Air Conditioning Contractors, Size standard in Millions ($19.0)
This requirement is for a firm fixed price construction 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, Lowest Price, Technically Acceptable.
When submitting your proposals, request a price breakdown of the following:
- Cost of labor and supervision
- Cost of materials and equipment needed to repair fire suppression system located at BLDG 3, 4, 9 & 16
Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested.
Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit. Past Performance and Cost factors will also be used when selecting the award.
Anticipated award date: 5 business days after close of solicitation, OOA 30 August 2025
Quotes are to be received no later than close of business (3 p.m.) on 22 August 2025. Quotes can be email to: Jerry.Lopez@uscg.mil
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
Wage determination: FL20250215 07/04/2025
SCOPE OF WORK: Contractor to provide all labor, supervision, materials and equipment necessary to repair fire suppression system located at BLDG 3, 4, 9 & 16, per attached SOW.
Location:
USCG Base Miami Beach
100 MacArthur Causeway
Miami Beach, FL 33139
Period: Performance of work is expected to commence NLT 10 business days after award is made and submitted to awardee. Anticipated award date: 30 August 2025
Site visit: It is highly recommended and encouraged that a site visit is performed at the Base to field verify the requirements within the SOW and speak with the unit POC for this project. Vendors are to coordinate a site visit with the below listed unit personnel. Ensure company personnel attending site visit have a proper government issued ID in order to gain access to the base.
Mr. Boris Abello, Email: Boris.Abello@uscg.mil, phone: 305-535-4564
CWO Ryan Romesberg, Email: Ryan.T.Romesberg@uscg.mil, phone: 305-535-4547
Q&A’s: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 15 August 2025. These Q&A’s will be answered and posted to this solicitation as an amendment to solicitation prior to close.
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)
52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)
Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 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 UEI number annotated on quote.
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.