Solicitation Details - RPQ No BA116A-R
Back To Search SolicitationsTitle:
MIA Midfield Fire Station No. 12 Bunker Gear Room Renovation
Opening Date:
3/4/2026 2:00:00 PM
Announcement Info:
Scope of Work shall include, but not be limited to: Provide all labor, equipment and materials at MIA Midfield Fire Station No. 12 to 1) replace existing lockers, repaint and refinish as required existing floor, walls, and ceilings; 2) replace existing ventilation system with proposed fresh air intake and exhaust system and enclosures; 3) install surface mounted LED light fixtures controlled by motion sensors. Chisholm Architects reviewed the Double Tier condition at FS-12 with a geargrid representative on 08/18/2025. Double Tier lockers to be FLOOR MOUNTED, per geargrid recommendation. All lockers to include doors. Contractor to provide nameplates. There is a total of (74) lockers. Individual’s names will be provided during construction. MDFR Personnel will provide their own locks. The contractor will need to ensure the lockers are made with the ability to be locked. Exposed painted CMU is acceptable. However, Contractor will be responsible to repair & patch CMU encountered upon locker removal. The existing roof warranty has expired. The contractor will have to reroof the area affected with the new work in compliance with applicable building codes and ordinances. The Fire Station will make accommodations for the temporary relocation of the existing lockers upon day of removal. Once the new lockers have been installed the old lockers can be disposed of. CONTRACTOR shall review all documents and scope of work provided by Miami-Dade Aviation Department (MDAD) for work to be completed. Please refer to the Plans for further description of the scope of work.
LICENSE:
Note: Pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, selected Contractors must possess a valid, current, and active State of Florida and/or Miami-Dade County contractor’s license issued by the County's Construction Trades Qualifying Board and which is consistent with the requirements of their respective trade and the scope of work.
REQUEST FOR INFORMATION:
All requests for information (RFIs) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed in writing to the MDAD project manager with a copy to the Clerk of the Board ([email protected]). The deadline to submit RFIs is no later than five (5) working days before the bid opening date and time specified on the RPQ and Invitation to Bid. MDAD will issue all changes and/or clarifications to the RPQ in writing via an Addendum. Verbal statements made by the County or the Owner’s Representative that are not contained in the RPQ or Addendum are not binding on the County and do not form any basis for a bidder’s response to an RPQ.
MINIMUM QUALIFICATIONS AND EXPERIENCE:
The selected contractor must possess:
1. Contractors must hold a valid license required to perform work in the following trade: General Contractor License.
2. As per Resolution No. R-1122-21, Contractors must have a minimum of 5 years’ experience performing work in their specific trade. In the event a new firm is established by executives, supervisors, and other senior field staff (key employees) that would have met these minimum experience requirements with a prior firm, MDAD reserves the right to qualify the new firm, based on MDAD’s sole determination and evaluation of the knowledge and prior experience of these key employees employed by the new firm.
3. Contractors must be able to demonstrate that their firm or its key employees, as described above, have experience performing their respective trade within the company’s noted history. Specifically, contractors must submit proof that their respective firms have been regularly and successfully engaged in work related to their specific trade for a minimum of one (1) year. These requirements shall be based on projects completed prior to the submission date. Contact information for projects and/or firms submitted as proof of experience shall be provided by prospective contractors as part of their bid package. MDAD will confirm the listed experience by calling the firms’ owners or representatives. Should such evidence not be satisfactory to MDAD, whose decision shall be final, the submission will be considered non-responsive. The qualifying proof with names and phone numbers shall be submitted in a sealed envelope at the time of bid.
4. Contractors must have a minimum average total score of 3.0 in their Contractor Performance Evaluations in ISD’s Capital Improvements Information System (CIIS). In the event a new firm has been created that does not have evaluations in the CIIS, the firm that previously employed the key employees of the new firm must have had a minimum average total score of 3.0 in the CIIS Contractor Performance Evaluation Module or the new firm must provide, to MDAD’s satisfaction, documentation that the new firm has performed satisfactorily on similar projects within their respective trade. Further, any incidence of project delays in a contractor performance evaluation must be justified to the satisfaction of MDAD.
5. Without limiting the generality of the foregoing, the County may determine that it is in the County's best interest to award the Contract to the next low bidder when the low bidder's existing contractual commitments with the County, in the sole discretion of the County (a) could prevent the timely prosecution of the work requiring competing commitments of site, supervisory or home office personnel, or (b) could present potential conflicts with billing of similar items under existing contracts for similar or related work, or (c) could disfavor competition in the contracting industry in pricing or in the use of personnel or subcontractors.
MANDATORY PRE-BID MEETING & SITE VISIT:
Since a conference call does not require a physical presence, social distancing practices for COVID-19 are being adhered to. Bidders are still required/responsible for participating in the MANDATORY conference call. Failure to participate in the MANDATORY conference call shall result in the corresponding contractor/company being considered non-responsive. Contractors are extremely encouraged to call 5 minutes before the scheduled meeting time for a roll call. Late arrivals to the conference call shall result in the contractor/company being considered non-responsive.
The conference call will be recorded.
The dial-in instructions for the conference call are described below:
• Dial-in: (305) 876-8333
• Meeting ID: 5762555
• Passcode/Pin: 5869
The agenda for the pre-bid conference call meeting will be sent to you via email to be used during the meeting. Make sure you receive it, if not, please check your junk email or contact our office.
Bidders are responsible for attending the mandatory pre-bid meeting conference call and site visit.
BID BOX:
The bid box is in the hallway between Conference Rooms B-205 and B-209 in MIA Bldg. 3030, B-Wing, 2nd Floor. If the time clock adjacent to the bid box is unable to stamp the bid envelope due to its thickness, please see Ms. Silvia Perez, Mr. James P. Ferreira or
BID SUBMITTAL:
All potential bidders are hereby notified that bids for this project must reflect a lump sum amount. The lump sum amount shall be indicated on the MCC-7360 Attachment 5A Bid Form. All quantities provided with the bid documents are estimated quantities based on the project scope of work. It is the bidder's responsibility to confirm any and all estimated quantities or amounts reflected on the bid documents to generate a "responsive and responsible" bid. Errors, omissions and/or discrepancies in quantities shall be brought-up to the attention of the MDAD team via the request for information (RFI) process during the bidding phase. Failure to confirm estimated quantities shall not constitute grounds for subsequent change orders. The lump sum bid amount shall be all inclusive to complete the work scope reflected on the construction bid documents. Bidders are responsible for all costs related to permitting, preparation of required shop drawings, special inspections, preparation of as-built drawings, close-out documentation and/or any engineering certificates required
Contractor must refer to the Request for Price Quotation (RPQ) and associated project documents for the detail Scope of Work.
Technical Certification:
General Building Contractor
Commodities
| Code | Description |
|---|---|
| 90638 | GENERAL CONSTRUCTION SERVICES |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | RPQ_No_BA116A-R.pdf |