70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
ID: 70Z03024QCLEV0141Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a reference information form associated with governmental solicitation processes, specifically addressing requests for proposals (RFPs), grants, and local/state submissions. It outlines essential data that applicants must provide, including company details, experience and references for similar work, and questions regarding past job terminations and anticipated project completion difficulties. Key requirements focus on the percentage of work to be subcontracted and adherence to the Davis Bacon Wage Act for prevailing wages. The form necessitates listing three references, with accompanying details such as contacts and project descriptions, demonstrating the applicant's credibility and past performance. The structure is straightforward, guiding vendors through necessary disclosures and requests, aiming to ensure transparency and accountability in government contracting and grant processes. This document is crucial for facilitating informed decision-making by government agencies when evaluating prospective bidders on public contracts.
    The document is a Request for Information (RFI) form designated for use by the United States Coast Guard (USCG) at Base Cleveland. It serves as a formal means for contractors to seek clarification regarding specific project details related to solicitations. The form includes sections for the requestor to supply essential information such as the solicitation number, project location, and specific inquiries, often referencing specification sections or drawing numbers. Responses to RFIs are issued from the contracting office and can either clarify contractual terms or propose changes requiring formal amendments. The document underscores the necessity for clear communication in the procurement process within government contracts, ensuring both parties understand the project's requirements. This systematic approach helps maintain transparency and compliance, vital for federal procurement processes. Overall, the RFI form facilitates effective dialogue between potential contractors and the government, ultimately supporting the successful execution of government projects.
    The solicitation invites bids for the U.S. Coast Guard Air Station Detroit Ramp Restriping project. Bidders must provide all labor, materials, and equipment necessary to complete the work in compliance with the USCG Statement of Work. The total bid amount must be specified and should include applicable taxes. Contractors are required to have active registration in the System for Award Management (SAM) and provide their Unique Entity ID and tax information. All correspondence regarding this solicitation must include the contract number and be directed to designated Coast Guard personnel. The timeline for contract performance is outlined, with contractors expected to commence work within ten days of the notice and complete it within 30 days, subject to weather-related delays. Specific invoicing procedures are also detailed, including required content for proper invoices submitted electronically through the Invoice Processing Platform (IPP). Furthermore, the solicitation emphasizes compliance with federal regulations, including wage requirements and insurance mandates, and incorporates various mandatory clauses from the Federal Acquisition Regulations. Special attention is given to environmentally preferable purchasing under DHS contracts, requiring contractors to prioritize green products. This document serves as a comprehensive guide for potential contractors in federal contracting and construction.
    The document outlines a solicitation for construction services related to the repair or replacement of the sprinkler supply line at the U.S. Coast Guard Air Station Detroit. It includes critical information such as the solicitation number, project details, and various requirements for bidders. Contractors must submit sealed offers that include performance and payment bonds, adhere to specified timelines, and fulfill other provisions detailed in the solicitation. The performance period is set at 30 calendar days post-award, with a clear directive for communications to be directed to the contracting specialist, Jonathan C. Barrett. Questions regarding the solicitation must be submitted in writing by a stipulated deadline. This solicitation is a formal request for bids, emphasizing regulatory compliance and contractual obligations typical within federal and state procurement processes. The submission must comply with the standards outlined in the solicitation and related documents.
    The document details Solicitation 70Z03024QCLEV0141 for the USCG Air Station Detroit Ramp Restriping Project, with quotes due by September 20, 2024, at 4:00 PM EDT. Bidders are required to provide a comprehensive cost breakdown, including categories such as labor, materials, subcontractors, and expected profits. Quotes should be sent via email to the designated contract specialist, Jonathan C. Barrett, who is also available for inquiries through an attached Request for Information (RFI) form. The solicitation emphasizes that if any submitted quote significantly exceeds the government estimate by over 30%, negotiations could be terminated. Additionally, several documents are enclosed, including the Statement of Work and Wage Determinations, which are vital for prospective bidders. This solicitation reflects standard practices in federal RFPs, ensuring transparency and detailed evaluation of submissions to advance the project effectively.
    The government document outlines the scope of work for restriping markings on the ramp at USCG AIRSTA Detroit, located at Selfridge Air National Guard Base, MI. The contractor is required to initiate work within five days upon contract award and complete it within 30 days. The project involves restriping multiple markings due to aging and weathering, including various diameters of black/yellow and yellow circles, as well as linear striping in yellow, white, and red. The contractor must be licensed in Michigan and comply with environmental protection regulations concerning hazardous materials. Key stakeholders include the Contracting Officer and the Contracting Officer’s Technical Representative, who will oversee the project and ensure compliance with the contract requirements. The document emphasizes the importance of adherence to local, state, and federal guidelines for disposal of hazardous materials. Overall, this RFP is aimed at maintaining operational safety and compliance for airfield markings.
    The document outlines wage determinations for residential construction projects in Michigan, particularly in Lapeer, Livingston, Macomb, and Wayne Counties. It specifies that contracts are subject to the Davis-Bacon Act and the applicable minimum wage rates derived from Executive Orders 14026 and 13658. For contracts awarded post-January 30, 2022, workers must earn at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive at least $12.90 per hour. The document includes detailed classifications and wage rates for various construction trades, indicating current rates and fringe benefits for positions such as electricians, carpenters, and laborers. Additionally, it discusses worker protections under the Executive Orders, including paid sick leave requirements for federal contractors. The administrative process for appealing wage determinations is also outlined, specifying steps interested parties must follow for reconsideration and appeals. This document serves as a critical reference for contractors engaged in federal and state-funded construction projects, ensuring compliance with wage and labor standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    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.
    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.
    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.
    Airstation New Orleans Hangar Door Repair and Troubleshooting
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair and troubleshooting of hangar doors at the Air Station New Orleans in Louisiana. The project involves servicing two three-part hangar door systems, including two 30-foot doors and one 40-foot door, with an emphasis on minimal disruption to ongoing operations and adherence to safety regulations. This procurement is crucial for maintaining operational efficiency and safety at the air station, ensuring that the hangar doors function properly for aircraft operations. Quotes are due by 3:00 PM CST on September 25, 2024, and interested contractors must submit their proposals to Ronnie.L.Mills@uscg.mil, ensuring they are registered in the System for Award Management (SAM) prior to the deadline.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    USCG STA FORT MYERS BEACH (45724) FY24 DD 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/item. The service/item being procured is related to the repair of USCG STA FORT MYERS BEACH (45724) in Fort Myers Beach, FL. This procurement falls under the Total Small Business Set-Aside category. The service/item is specifically categorized under the NON-NUCLEAR SHIP REPAIR (EAST) industry with the PSC code J998. The primary contact for this procurement is Troy Elliott, who can be reached at troy.s.elliott@uscg.mil or 7576284540. The secondary contact is Regina M Elliott-Dougherty, who can be reached at Regina.ElliottDougherty@uscg.mil or 5716101960. The notice includes various documents such as the Schedule of Supplies and Services, Past Performance Questionnaire, Additional Contract Requirements, and Language for Solicitations. These documents are available for download as a PDF.
    KIT, REPAIR PARTS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for a repair parts kit identified by NSN 2030 01-485-7209, with a required delivery date of January 31, 2025. Vendors are expected to provide a total of 15 units, adhering to strict military packaging specifications, and must include all costs, including shipping to Baltimore, MD, in their quotations. This procurement is crucial for maintaining operational readiness and ensuring the availability of necessary repair parts for Coast Guard operations. Interested vendors must submit their quotes by September 18, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award; for further inquiries, contact Gina Baran at gina.m.baran@uscg.mil.
    SUPERSTRUCTURE PRESERVATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for a project focused on the preservation of the superstructure of specific Coast Guard vessels (Hulls 75401 - 75405). The contractor will be responsible for preserving aluminum surfaces, which includes implementing protective measures, inspecting hull identification markings, and preparing surfaces through washing and optional abrasive blasting, all in accordance with Coast Guard standards. This preservation work is crucial for maintaining the operational readiness and regulatory compliance of the Coast Guard fleet and will be conducted at Wepfer Marine in Memphis, Tennessee, typically during business hours, with possible extensions to weekends or holidays as needed. Interested parties can reach out to primary contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or by phone at 510-437-5436 for further information.
    Chimney repair at Station Depoe Bay
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for chimney repair services at the Station Depoe Bay in Oregon. The project entails inspecting and repairing a chimney system, replacing interior attic flashing to prevent water penetration, and performing both interior and exterior painting to restore the chimney's condition. This procurement is crucial for maintaining the integrity of the Coast Guard's infrastructure and adheres to local procurement policies, with bids limited to vendors within a 50-mile radius of the station. Interested contractors must submit their bids via the Unison Marketplace by September 20, 2024, and comply with federal acquisition regulations, with a delivery requirement of 30 days post-order receipt. For further inquiries, contact Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243.