70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
ID: 70Z03024QCLEV0134Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a request for qualifications related to government contracting, focusing on a company's capability to undertake specified work. It outlines essential information requirements, including the company’s experience relevant to the job, previous employment history, and any anticipated challenges in meeting deadlines. Additionally, it asks for details on subcontracting percentages and compliance with the Davis-Bacon Wage Act regarding prevailing wages. Companies are required to provide three references with contact details related to their prior projects. The document serves as a comprehensive tool for evaluating potential contractors' suitability for government projects by assessing their experience, reliability, and adherence to regulatory standards.
    The document is a Request for Information (RFI) form pertaining to a solicitation from the US Coast Guard, identified by the Solicitation Number 70Z03024QCLEV0134. The project is located at the USCG Station St. Ignace, and the RFI seeks clarifications regarding specific details of the solicitation, including potential discrepancies in specifications or drawings, if applicable. The requestor must provide contact information and a required date for responses. The response section includes space for information from the Contracting Officer, including whether the RFI constitutes a clarification or a proposed change requiring an amendment to the solicitation. The form is structured to facilitate communication between the requestor and contracting personnel, ensuring that inquiries are addressed in a timely manner without altering the original terms of the solicitation. This RFI process is part of the standard procedure for federal RFPs, enabling stakeholders to seek necessary information before bids are submitted, thus fostering transparency and clarity in the contracting process.
    This document outlines a federal solicitation for the descaling and inspection of pipes at the U.S. Coast Guard Station St. Ignace. The solicitation invites contractors to submit sealed bids for the project, with detailed specifications and requirements specified. Interested parties must furnish performance and payment bonds, and offers must be guaranteed for a set number of calendar days. The contracting officer is Mr. Timothy G. Arnold, with contact details provided for inquiries. Bidders are instructed to submit questions in writing ahead of the bid opening, and all official communications must adhere to the outlined protocol. Furthermore, the contractor is expected to understand that the offer constitutes a binding agreement upon acceptance by the government. Overall, the file emphasizes the requirements for participation in federal contracting, ensuring compliance with regulations and guidelines within the construction and repair sector.
    The Statement of Work (SOW) outlines the project requirements for descaling and inspecting the plumbing pipes at the St. Ignace Station's main building, addressing ongoing issues with gray water odors and flooding incidents linked to clogged pipes. The contractor is tasked with performing a deep cleaning of the cast iron mainline and conducting a camera inspection to identify any structural issues. Following the inspection, the contractor must provide a comprehensive report detailing findings and recommendations for any necessary repairs or replacements. Key responsibilities include ensuring safety protocols, providing qualified personnel, and maintaining acceptable conduct in accordance with government regulations. The contract is to be completed within 30 calendar days after award, with performance at the Coast Guard Station in Michigan. The contractor is expected to furnish all materials and equipment needed for the job, as no resources will be provided by the government. Ultimately, this SOW aims to resolve plumbing issues, prevent future flooding, and eliminate odors, ensuring the plumbing system operates effectively within government standards and guidelines.
    The document outlines a Request for Quotation (RFQ) for the Descaling and Inspection of Main Building Pipes at the USCG Station St. Ignace, Michigan. It requires bidders to submit a comprehensive quotation package, including a completed Standard Form 1442, detailing pricing, labor, materials, and compliance with the U.S. Coast Guard's Statement of Work. Key requirements emphasize that all quotes must incorporate applicable taxes and include necessary identification numbers, such as DUNS and Tax ID. The performance period for the contract is set at 60 calendar days, starting within 10 days of receiving the Notice to Proceed. Additionally, the document details the contractor's obligations regarding insurance, bonds, invoicing procedures, and adherence to federal regulations, highlighting the importance of environmental stewardship and compliance with the Buy American Act. This procurement process ensures transparency, accountability, and standardization in contracting activities across governmental entities, emphasizing the significance of safety regulations and timely project execution.
    The document outlines the General Decision Number MI20240133, pertaining to wage determinations for building construction projects in Mackinac County, Michigan, under the Davis-Bacon Act. The report specifies required minimum wage rates for various classifications of workers, which vary based on contract dates and renewal conditions. Executive Order 14026 applies to contracts entering after January 30, 2022, setting a minimum pay of $17.20 per hour, while Executive Order 13658 set a rate of $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, that are not extended. The document includes specific wage rates and fringe benefits for different trades, including asbestos workers, boilermakers, bricklayers, carpenters, and laborers, among others. It also outlines the appeals process for wage determinations and provides regulatory guidance for contractors under federal requirements. This is critical for ensuring compliance with labor laws and standards on federally funded construction contracts, thereby promoting fair wages and worker protections in Michigan’s building construction sector.
    Lifecycle
    Similar Opportunities
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    USCGC Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Coated Steel Pipe Piles
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of coated steel pipe piles under solicitation number 70Z08426QWOPL0004. The contract requires the fabrication, delivery, and off-loading of 12-inch and 18-inch diameter coated steel pipe piles to various Coast Guard facilities, with a base period from January 15, 2026, to January 14, 2027, and two option periods extending through January 14, 2029. These materials are critical for various construction and maintenance projects within the Coast Guard, ensuring operational readiness and infrastructure integrity. Interested contractors must submit their quotes electronically by 3:00 PM Eastern on December 17, 2025, and can direct inquiries to James Kanash at James.C.Kanash@uscg.mil or by phone at (571)-608-9547.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.