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
    70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.
    Katmai Bay Fan Coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the Duct Coil Pre Heater and Electrical Heater in the Fan Room of the WTGB 140 vessel located in Sault Sainte Marie, Michigan. The project involves addressing leaks in the Aux 1 and Bosn Hole areas, conducting pressure tests on the systems, and ensuring compliance with various Coast Guard specifications while protecting unaffected vessel components from contamination. This procurement is crucial for maintaining the functionality and safety of government-operated marine vessels, with a project completion deadline set for October 15, 2024. Interested vendors must submit their quotes by 8:00 AM Pacific Time on September 20, 2024, and can contact Jeramyah George at Jeramyah.W.George@uscg.mil or Kyler Fisk at Kyler.C.Fisk@uscg.mil for further information.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    MSW Pipe Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of MSW Pipe Repair services. MSW Pipe Repair is typically used for repairing pipes in marine vessels and equipment. The place of performance for this procurement is in Jacksonville, FL (zip code 32228), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. For more details, please refer to the attached document.
    Renew Chill Water Piping Insulation, Renew Bulkhead Insulation and Conduct Bulkhead Repairs
    Active
    Homeland Security, Department Of
    Combined Synopsis/Solicitation Homeland Security, Department of is seeking to renew chill water piping insulation, renew bulkhead insulation, and conduct bulkhead repairs. This procurement is for the maintenance and repair of ship and marine equipment. The work will be performed in Greenville, MS (zip code: 38701), USA. The primary contact for this procurement is Kyler Fisk (email: KYLER.C.FISK@USCG.MIL, phone: 9492881271), and the secondary contact is Jeramyah George (email: JERAMYAH.W.GEORGE@USCG.MIL, phone: 5104375436). For more details, please refer to the attached Statement of Work.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
    ANTI-SWEAT INSULATION REMOVAL AND REPLACEMENT (CGC RESOLUTE)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and replacement of anti-sweat insulation aboard the Coast Guard Cutter Resolute, located in Saint Petersburg, Florida. The project involves the removal of existing insulation, installation of approximately 680 feet of new insulation on chill water and other lines, treatment of 770 square feet of interior compartment bulkheads to prevent sweating, and replacement of corroded ducting. This initiative is crucial for maintaining the operational capabilities of Coast Guard assets and ensuring compliance with safety and quality standards, including OSHA regulations. Interested contractors should contact Malicia Smith at malicia.c.smith@uscg.mil or Joseph Rizzardi at JOSEPH.A.RIZZARDI@USCG.MIL for further details.