The RFP Database
New business relationships start here

Asphalt Resurface and Painting


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1.0 GENERAL.  CONTRACTOR SUPPORT SERVICES FOR THE Air Station Miami - Asphalt Resurface and Painting TASK ORDER PERFORMANCE WORK STATEMENT.

1.1 SCOPE. The purpose of this task order, under Air Station Miami Facilities Engineering Department, is to resurface/seal and repaint main roadways and parking lots at Air Station Miami. This task order is performance based.
1.2 BACKGROUND. The Air Station Miami is used to support over 400 personnel. The existing asphalt requires a new seal coat and striping. Contact Facilities Engineer to schedule a site visit prior to conducting work.
1.3 CONTRACTOR PERSONNEL.
1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work perfonned under this task order. The Project Manager is further designated as Key by the Government (see PWS 1.4).
1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Representative (COR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work
performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer.
1.3.1.2 The Project Manager shall be available to the COR via telephone between the hours of 0730 and 1530 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification.
1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perfonn all requirements specified in this task order. All Contractor employees supporting this task order shall also be citizens of the United States.
1.3.3 Licenses. Any Contractor or sub-contractor shall be licensed by the state of Florida in all areas applicable to this contract.
1.3.4 Insurance. Any Contractor or sub-contractor shall be properly insured throughout the entire contract period. LT Nicole Fellers Facilities Engineering 1of 9
1.3.5 Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display the Government issued badge in plain view above the waist at all times.
1.3.6 Employee Conduct. Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of
military uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States, the Department of Homeland Security or the USCG.
1.3. 7 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from U.S. Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue
providing the services required under any task order awarded. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee.
1.3.8 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear to cause a conflict of interest.
1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement,
and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor persormel without acknowledgment from the Contracting Officer. The Government
may designate additional Contractor personnel as Key at the time of award.
1.5 SECURITY. Contractor access to classified information is not currently required under this task order. All personnel shall check in with the Front Gate and receive Visitor Passes. The Project Manager shall then notify the COR that contractor personnel are on site and working in the pool area.
1.6 PERIOD OF PERFORMANCE. The period of performance for this task order is 30 calendar days from the date of award. This includes the time needed to gather materials.
1.7 PLACE OF PERFORMANCE.
The primary place of performance will be the Contractor's facilities with frequent visits to the USCG Air Station Miami at 14750 NW 44111 Ct Opa Locka, FL 33054-2397, Building 157-Medical.
1.8 HOURS OF OPERATION.
Contractor employees shall generally perform all work bet\veen the hours of 0730 and 1530 EST, Monday through Friday (except Federal holidays). LT Nicole Fellers
Facilities Engineering 2of 9
1.9 TRAVEL.
Contractor travel is not applicable under this task order.
1.10 GENERAL SITE CONDITIONS
1.10.1 General Condition. Contractor is responsible for the daily cleanliness and condition of the site including cleanup, safety supervision, and management. Contractor must also take special care to ensure that debris does not spread onto any medical equipment or throughout the ventilation system. Contractor shall
remove any debris that may inadvertently spread throughout the space.
1.10.2 Debris Removal. The contractor will be responsible for the removal and disposal of all debris
produced in accordance with federal, state, and local regulations.
1.11 KICK-bFF MEETING.
The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COR NLT 2 business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this task order and review the Contractor's
project plan. The Kick-Off Meeting will be held at the Government's facility, or through a conference call.
1.12 PROJECT PLAN.
The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COR not later than 2 business days after the Kick-Off Meeting and 2 business days before work can begin.
1.13 ST ATVS REPORTS.
The Project Manager shall provide a daily progress report to the Contracting Officer and COR via electronic mail. This report shall include a summary of all Contractor work performed, including a breakdown of labor hours by labor category, all direct costs by line item, an assessment of technical progress, schedule status, any travel conducted and any Contractor concerns or recommendations for the previous daily period.
1.14 ST A TVS MEETINGS.
The Project Manager shall be responsible for keeping the COR informed about Contractor progress throughout the performance period of this task order, and ensure Contractor activities are aligned with USCG objectives. At minimum, the Project Manager shall review the status and results of Contractor performance
with the COR on a daily basis by telephone.
1.15 GENERAL REPORT REQUIREMENTS.
The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation III (Windows Vista Enterprise and Microsoft Office Applications).
1.16 PERFORMANCE REQUIREMENTS SUMMARY.
This task order includes a Performance Requirements Summary (PRS). In general, the PRS sets forth the expected outcomes (objectives) of the task order, the service(s) required of the Contractor to achieve the
objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the Contractor does not meet the perfonnance standard . The PRS is not an exclusive remedy and inclusion of LT Nicole Fellers Facilities Engineering 3of 9 the PRS does not preclude the Govenunent from using any other remedy available by law or contract terms, including reductions in payment in accordance with any clause for inspection of services.
1.17 INTELLECTUAL PROPERTY.
All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this task order shall be considered Govenunent property. and shall be returned to the Government at the end of the performance period.
1.18 PROTECTION OF INFORMATION.
Contractor access to information protected under the Privacy Act is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation.
1.19 SECTION 508 COMPLIANCE.
Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998, requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities, unless it would pose an undue burden to do so. Federal employees and members of the public who have disabilities must have access to and use of infonnation and services that is comparable to the access and use available to non-disabled Federal employees and members of the public. For additional infonnation, please refer to FAR 39.2 orhttp://www.section508.gov.
1.20 QUALITY CONTROL, FINAL INSPECTION, AND ACCEPTANCE
The Contractor shall be responsible for all work, materials, and the final product provided under this contract. When the work is complete and ready for final inspection, the Contractor shall notify the COR at least 24 hours before the final inspection and acceptance.
1.20.1 Warranty. The Contractor will provide a full warranty for all products and services covering a one year period after project completion.
2.0 GOVERNMENT TERMS & DEFINITIONS.
2.1 COR ·- Contracting Officer's Representative
2.2 KO - Contracting Officer
2.3 NLT- No later than
2.4 PWS - Performance Work Statement
2.4 PRS - Performance Requirement Summary
2.5 KTR - Contractor
3.0 GOVERNMENT FURNISHED RESOURCES.
3.1 Property. The Govenunent will NOT furnish any property or equipment for this task order. LT Nicole Fellers Facilities Engineering 4 of 9
3.2 Utilities. The Goverrunent will make available to the Contractor at existing connections and outlets, all reasonably required amounts of water and electricity.
4.0 CONTRACTOR FURNISHED RESOURCES.
The Contractor shall furn ish all facilities, materials, equipment and services necessary to fulfi ll the requirements of this task order.
5.0 BASE CONTRACT REQUIREMENTS.
5.1 Install signs and establish a clearly designated "work zone" with adequate barriers to prevent unauthorized personnel from entering the "work zone." The extent of the designated "work zone" will need to be approved by the COR and all work will need be coordinated in advance in order to minimize impact on
operations. Submit schedule to COR at least one week in advance to minimize impact on unit operations.
5.2 Remove and dispose of any debris, sand, dirt, etc. from areas scheduled for seal coating.
5.3 Patch holes, fill cracks, and seal coat the entire existing asphalt pavement areas highlighted in green and yellow on below drawing.
5.4 Restripe all existing parking spaces, car stop bumpers, handicap areas, and sport courts as per existing marks and in accordance with D.O.T. approved traffic paint.

Items 6 - 9 will be available upon request. 6. Drawing/Map of area  7. Deliverables 8. Performance Requirements Summart Table (PRS) 9. Evaluation Factors Table.
These documents can only be requested over an email request and at that point  we will scan the documents back to your at email address.  Please email all requests to mehdi.bouayad@uscg.mil. ; No phone calls/oral requests will taken.

The Government will award a contract to the responsible offeror whos offer conforms to the solicitation and is the most advantagous to the governments estimate, past performance and other factors considered.  All offerors will be evaluated in accordance with the Simplified Acquistion Procedures FAR subpart 13.106.  The provision at 52.212-1, instruction to offerors-commercial items (Oct 2003) applies to this solicitation.  the provision 52.212-3 offeror representations and certifications, commercial items (Jan 2005), shallbe completed and submitted with this RFQ.  Complete and provide all information in this solicitation and provisions of all cited FAR Clauses, to be considered for an award.  The vendor MUST be registered in www.sam.gov .  If they are not your quote will NOT be considered. 

This requirement will be awarded with a Firm Fixed Price Service Contract.  The contract will be awarded using the Simplified Acquisition Procedures in accordance with FAR Part 13.

The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation:
HSAR 3052.209-70 Prohibition on Contracts with corporate Expatriates (June 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052-237-72.  Copies of the HSAR Clauses may be obtained electronically at http://www.dhs.gov. ;

The following FAR provisions/clauses apply to this solicitation.  Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far.
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.204-6 Data Universal Numbering System
FAR 52.204-7 SAM
FAR 52.212-1 Instructions to Offerors-Commercial Items
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders - Commercial Items

Offerors are required to visit the site to receive clarification on the work listed in the scope of work (SOW) before submission of proposals. 
During the site visit if any alterations (addition of work/deletion of work or material) are being made, the offeror will be required to send the modifications via electronic submission along with any questions to: debra.a.smith@uscg.mil . No phone calls/oral questions will be taken.  All MUST be in email format.
Arrangements for the mandatory site visit will be made by contacting the following POC:

PO (SK1) Hugo Cabrera
305.953.2194

SITE VISIT IS PLANNED FOR JULY 23rd 2015 @ 0900am.  This is the ONLY site visit that is going to be scheduled.  If you miss this mandatory site visit your quote will not be submitted for consideration. 



Debra A Smith, Phone 305-415-7086, Fax 305-415-7092, Email debra.a.smith@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP