31050PR250000138 Carpet Replacement Sturgeon Bay
ID: 31050PR250000138Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Carpet and Rug Mills (314110)

PSC

HOUSEKEEPING- CARPET LAYING/CLEANING (S214)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a carpet replacement project in Sturgeon Bay, Wisconsin, under solicitation number 31050PR250000138. The project entails the removal of existing carpets, repair of underlying surfaces, and installation of new flooring materials, including Dreamweaver broadloom carpet and MSI click luxury vinyl plank, with a focus on maintaining quality living conditions for personnel. This procurement is set aside for small businesses, with a firm fixed price purchase order expected to be awarded based on the most advantageous quote, considering price and other factors. Interested vendors must submit their proposals via email to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL, ensuring compliance with wage determinations and other federal regulations, with a project budget estimated below $19,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Acquisition Regulation (FAR) Smart Matrix Table outlines various provisions and clauses relevant to federal RFPs, contracts, and grants. Each clause, categorized under "P" (prescriptive) or "C" (contractual), specifies its prescribed regulation number and includes details such as certification and compliance requirements for contractors. Key clauses address anti-kickback procedures, certificate of independent price determinations, and limitations on payments to influence federal transactions, ensuring ethical vendor conduct. Additional provisions include requirements for small business representation, environmental compliance, and labor regulations. This comprehensive list serves as a critical resource for federal contracting, guiding stakeholders in applying appropriate regulations while fostering accountability and transparency in government procurement processes. The structure systematically organizes clauses, making it easily accessible and usable for federal contracting professionals, facilitating adherence to established guidelines and statutory obligations.
    This Request for Quote (RFQ) outlines a project requiring comprehensive labor, materials, equipment, supervision, and transportation for housing works in Sturgeon Bay, Wisconsin. Contractors must respond with a complete solicitation package, including the Standard Form 1449 and various sections, underlining the importance of all required documents to avoid being deemed non-responsive. Work will be conducted in compliance with the Statement of Work dated March 13, 2025, and contractors must include applicable taxes in their quotes. An inspection and acceptance clause ensures government rights to assess contract services, requiring contractors to maintain proper inspection records. The RFQ specifies that all communications should reference the solicitation number and that invoice submissions are to take place via the Invoice Processing Platform (IPP). Additionally, contractors are mandated to provide evidence of insurance coverage, adhere to a price breakdown structure for any amendments, and comply with various clauses regarding safety, financial responsibilities, and environmental management. The procurement range is estimated to be below $19,000, requiring all contractors to have a Unique Entity Identifier (UEI) registered in the System for Award Management (SAM) before payment can be processed. This RFQ is integral to ensuring compliance with federal acquisition regulations while providing necessary housing services.
    The Department of Homeland Security's U.S. Coast Guard has issued a scope of work for carpet and laminate flooring replacement at multiple residential sites in Sturgeon Bay, Wisconsin. The project involves the removal of existing carpets, repair of underlying surfaces, and installation of new flooring materials, including Dreamweaver broadloom carpet and MSI click luxury vinyl plank. The contractor must properly dispose of all debris, ensure quality finishes, and adhere to specified materials and aesthetic guidelines. Site visits are encouraged, with a provided point of contact for coordination. Work will respect federal, state, and local regulations and is expected to be completed with minimal disruption to residents. Contractors must be prepared for potential repairs or replacements of baseboards and ensure that all steps comply with safety and operational standards. Project schedules will be flexible, with a one-week window for each job as units become available, and all work must be officially approved. This initiative reflects the Coast Guard's commitment to maintaining quality living conditions for its personnel.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining wage and benefit requirements for federal contracts in Wisconsin counties. It specifies that contracts begun or renewed after January 30, 2022, must pay a minimum wage of at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must provide at least $13.30 per hour. Detailed occupational wage rates are provided for various job categories, including administrative, automotive, food service, health, and technical occupations, among others, along with accompanying fringe benefits. Additionally, the document emphasizes compliance with Executive Orders regarding minimum wages and paid sick leave for federal contractors, including benefits like vacation pay and holiday allowances. The conformance process allows contractors to seek wage classifications for jobs not listed in the determination. This wage determination serves to ensure fair compensation for workers under federal contracts, enhancing worker protections and compliance requirements while aligning with legislative mandates. Overall, it outlines a clear framework for wage and benefit expectations applicable to contractors engaged in government contracts across specified counties in Wisconsin.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CARPET CLEANING Services AS SPECIFIED IN ATTACHED SOW, SPECS AND MAP- Base Ketchikan
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for carpet cleaning services at Base Ketchikan, Alaska. The procurement requires contractors to provide labor, supervision, materials, and equipment for cleaning approximately 12,417 square feet across various facilities, adhering to industry standards and utilizing environmentally friendly products. This contract includes a one-year base period with two optional extension years, emphasizing the importance of maintaining cleanliness and operational integrity while minimizing disruption during specified cleaning hours from 4 PM to 2 AM on weekdays. Proposals must be submitted via email by 3 PM Alaska Time on April 3, 2025, with evaluations based on price and technical qualifications. For further inquiries, interested parties may contact Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil.
    FA4613 - B34 2nd/3rd Floor Carpet
    Buyer not available
    The Department of Defense, through the 90th Contracting Squadron at F.E. Warren Air Force Base in Wyoming, is soliciting bids for the procurement and installation of flooring materials, specifically carpet tiles, composite carpet planks, and vinyl wall base, for the 2nd and 3rd floors of Building 34. The contractor will be responsible for the demolition and disposal of existing flooring, as well as the installation of approximately 14,257 square feet of carpet, 4,872 square feet of planks, and 4,225 linear feet of wall base, adhering to specified environmental and historical preservation standards. This project is crucial for modernizing the work environment while ensuring compliance with safety and sustainability regulations. Interested small businesses must submit quotes by March 27, 2025, and can direct inquiries to SSgt Tiffany Turgeon at tiffany.turgeon@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, with an estimated contract value of $19 million.
    USCG STATION SAND KEY PARKING LOT REPAIR
    Buyer not available
    The Department of Homeland Security, through the United States Coast Guard (USCG), is soliciting proposals for a parking lot repair project at the Sand Key Station in Clearwater, Florida, specifically set aside for small businesses. The project involves comprehensive asphalt repair and re-striping across approximately 25,000 square feet, with contractors required to provide detailed pricing for labor and materials, and to comply with federal safety and environmental regulations. This initiative underscores the USCG's commitment to maintaining its facilities while fostering opportunities for small businesses. Proposals must be submitted by April 2, 2025, with a site visit scheduled for March 19, 2025, and interested parties can contact BMC James Pinto at James.E.Pinto@uscg.mil or (352) 346-4215 for further information.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at the U.S. Coast Guard Station in Portage, Dollar Bay, Michigan. The project involves the design and construction of five new multiplex housing units, including two three-bedroom and three four-bedroom units, along with infrastructure improvements such as relocating existing structures, upgrading utilities, and enhancing recreational facilities. This initiative is crucial for improving living conditions for Coast Guard personnel and their families, reflecting the federal commitment to quality housing. The estimated project value is approximately $8 million, with a performance period of 980 calendar days, and proposals are due by February 28, 2025. Interested parties can contact Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or 206-827-1219 for further information.
    USCG SFLC Watertight Door & Hatch
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of a watertight door and hatch, essential components for maritime operations. The solicitation, numbered 2125405Y152138384, outlines specific requirements for two items: a watertight door measuring 30" x 66" and a hatch measuring 30" x 30", both of which must comply with NAVSEA standards and be delivered by April 1, 2025. This procurement is critical for maintaining the operational integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested vendors must be registered with SAM.Gov and are encouraged to submit their quotations to the primary contact, Jermond M. Williamson, by the specified deadline, with payment terms set at NET 30.
    CARPETING SERVICES B+4 (WEST POINT NY)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Garrison at West Point, New York, is soliciting proposals for carpeting services, which include the removal of existing carpets and the installation of new carpeting in various facilities. The contractor will also be responsible for the temporary relocation and reinstallation of office furniture, as well as providing carpet samples within ten days of contract award. This service is crucial for maintaining the high standards of safety and aesthetics in the Army's infrastructure, ensuring a functional work environment free from tripping hazards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals and past performance documents by 10:00 AM on March 26, 2025, to the primary contact, Sonya D. Van Valkenburg, at sonya.d.vanvalkenburg.civ@army.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
    SECTOR LAKE MICHIGAN HVAC RENEWAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the HVAC renewal project at Sector Lake Michigan in Milwaukee, Wisconsin. The procurement involves replacing a failed air conditioning unit in the galley with a new energy-efficient system, requiring contractors to provide labor, materials, and equipment while ensuring compliance with environmental regulations and safety protocols. This project is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value below $15,000 and a requirement for a 12-month warranty on labor and materials. Interested parties should contact Jordan Drew at JORDAN.G.DREW@USCG.MIL for further details and must adhere to the submission guidelines outlined in the RFQ and associated documents.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    70Z03025QCLEV0047 - U.S. Coast Guard Station Bayfield Mini Split A/C and Heating Units Installation Project
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the installation of mini-split air conditioning and heating units at the Coast Guard Station in Bayfield, Wisconsin. The project involves providing all necessary labor, materials, and equipment to install two compressor units and five indoor units, aimed at improving climate control and addressing heating inadequacies within the facility. This procurement, estimated to be under $25,000, emphasizes compliance with the Davis-Bacon Act regarding wage determinations and requires completion within 45 calendar days from the award date. Interested contractors should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL for further details, and must register under solicitation number 70Z03025QCLEV0047 to receive updates.