The RFP Database
New business relationships start here

Fuel Dispensing System - San Juan, Puerto Rico


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

This RFQ is for a replacement of the Fuel Dispensing System for the US Coast Guard SMall Boat Station, at San Juan, Puerto Rico.


 The work includes furnishing all personnel, equipment, materials, tools, supervision, and any other items necessary to replacement, remove and demolish of existing diesel fuel dispensing system. The new diesel fuel dispensing system shall be compatible with existing fuel tank and of similar or exceed quality material of the existing system.


2. The work consist of, but is not limited to the following:


a) Remove portions of existing diesel fuel system including dispensing device, pipes, valves, filter and other appurtenances. Se attachment with photographs.


b) Dispose of the existing removed materials as per local and federal regulations.


c) Furnish and install complete diesel fuel dispensing system. System should include: a. 2" pump


b. Electric Motor


c. Electric recoil reel


d. 150 ft hose with nozzle.


e. 1 ½" Meter with air eliminator and counter.


f. Fuel Filter


g. Pipes, fittings, valves and appurtenances needed to connect to existing supply pipes at 12,000-gallon diesel tank.


h. Application of primer and white paint to new pipes.


i. Electrical Installation.


j. Plates, bases and bolts as needed for complete installation.


d) New diesel fuel dispensing system is to be installed in the same general location of the existing dispensing system.



General Requirements:



a) The Contractor is responsible for verifying all dimensions, quantities and conditions at the job site before commence of work.


b) Minor materials and work not specifically mentioned herein but necessary for the proper completion of the specified work shall be furnished without additional cost to the Government.


c) Contractor Qualifications: The contractor shall have demonstrated at least four (4) 4 years experience in general construction and fuel system installation / startup / testing-commissioning, electrical connections


d) Contractor shall be required to commence work under this contract within the next fifteen days after notice to proceed (NTP) given by the Contracting Officer. The project shall be completed within 30 days after commencement for a total of 45 days. The 45 days will include the time for submittals review and approved and to complete all project records (closeout documents). Any weather delays shall be immediately notified to the Contracting Officer.


Contractor is required to visit the site for all specifications and site details.  Contractor shall contact POC's in posting for information to on site visits at 787-729-4304 or 787-729-4302.  Bids submitted without site visits may be rejected. 


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, price and other factors considered.


1. Lowest Price/Technically Acceptable


When submitting your proposals, request a price breakdown of the following:
a. Cost of labor and supervision to perform landscaping services


Anticipated award date: 10 business days after close of solicitation, OOA 31 December 2018


Quotes are to be received no later than close of business on 21 October 2018. Faxed quotations will be accepted at 305-415-7092 or via e-mail to thomas.t.ikner@uscg.mil


Quotations sent via the US Postal Service or hand delivered should be sent to:


Commanding Officer
USCG Base Miami Beach (P&C)
Attn: SKC Theo Ikner
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 FEDBIZOPS (www.fbo.gov).

Wage determinations: 2015-4583, Rev 8 dated 07/03/2018


Applicable Far Clauses by reference:
52.212-1 Instructions to Offerors-Commercial Items
52.212-2 Evaluation-Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items
52.212-4 Contract Terms and Conditions-Commercial Items
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items.
52.222-41 Service Contract Labor Standards
52.217-8 Option to Extend Services



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.


52.232-33, Payment by Electronic Funds Transfer - System for Award Management


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 vendor complete the following blocks on the SF-1449:
30a,b,c and


Vendors providing an offer MUST be registered in SAM (System for Award Management) prior to close of this solicitation. Vendors not registered or have an ACTIVE registration will not be considered responsive to this solicitation.


https://www.sam.gov/portal/public/SAM/


Submission of Offers in the English Language (Apr 1991)


53-214-34  Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected.


 



Oswald Mora, Phone 787-729-4304, Email oswald.l.mora@uscg.mil - Andres Luai, Phone 787-729-4302, Email andres.b.luai@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP