Renew a multiple pile mooring structure
ID: 70Z02925Q0000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

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 proposals for the renewal of a multiple pile mooring structure at the Pine Bluff, Arkansas site, involving the removal and installation of four wooden mooring piles for the Coast Guard Cutter KANAWHA. Contractors are required to assess the work conditions on-site and submit their quotes, ensuring that operations are minimally disrupted during the project, which must comply with safety regulations and waste disposal laws. This procurement is part of the government's initiative to engage small businesses in federal contracting, with a total small business set-aside under NAICS code 237990, and a firm-fixed price contract is anticipated based on the lowest and fair pricing. Interested parties must submit their sealed quotes by 3:00 PM CST on February 11, 2025, and can direct inquiries to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil or Wesley Hanna at Wesley.K.Hanna@uscg.mil.

    Files
    Title
    Posted
    The document outlines the wage determination and compliance requirements for heavy construction projects in Cleveland, Jefferson, and Lincoln Counties, Arkansas, as part of contracts subject to the Davis-Bacon Act. It specifies that contracts entered into after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers, while those awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, requiring a wage of at least $13.30. The document provides detailed wage rates and fringe benefits for various classifications of labor, such as electricians, carpenters, and laborers, emphasizing that contractors must adhere to these minimum wage standards. Additionally, it covers paid sick leave requirements under Executive Order 13706 for contracts awarded after January 1, 2017, and mentions processes for wage determination appeals. This wage determination is essential to ensure fair compensation and labor compliance in federally funded construction projects, reflecting the government's commitment to worker protections in public contracts.
    The document outlines specific provisions and clauses for federal construction contracts, emphasizing small business program representations, particularly for various classifications such as economically disadvantaged women-owned small businesses, service-disabled veteran-owned businesses, and others. It includes definitions crucial for understanding small business eligibility criteria, which are essential for federal contracting and grant opportunities. Key provisions include guidelines for accurately reporting the status of small business concerns, with representations required from offerors on their business classification. The importance of compliance with the Buy American Act is also highlighted, consisting of requirements for using domestic construction materials and guidelines for requesting exceptions. Additionally, procedures for invoicing through the Invoice Processing Platform (IPP) are delineated, reflecting the government's push towards electronic and efficient financial transactions. The document serves as a comprehensive framework intended to facilitate fair competition among small businesses while ensuring adherence to federal contracting standards and promoting economic equity within the construction industry. This aligns with the government's commitment to fostering small business participation in public projects.
    This document is a solicitation for a Request for Quotation (RFQ) from the U.S. Coast Guard, specifically for the removal and installation of wooden piles at the Pine Bluff mooring site. The solicitation number is 70Z02925Q0000002, and it is designated as a small business set-aside with an applicable NAICS code of 227990 and a size standard of $32.5 million. The contract will be awarded based on the lowest price quoted, with the requirement that bidders be registered in the System for Award Management. Work includes removing four wooden piles and installing four new ones, along with cable binding. Offerors are encouraged to inspect the work site to assess conditions affecting cost. Quotes must be submitted by 3:00 pm CST on February 11, 2025, to the designated email, and inquiries should be directed to the Lead Purchasing Agent. The document emphasizes compliance with the Federal Acquisition Regulation (FAR) and details the need for coordination with the Contracting Officer Representative to minimize operational disruptions during the project's execution. The overall goal is to ensure a smooth process for the awarded construction contract.
    The U.S. Coast Guard is soliciting proposals for the removal and installation of four wooden mooring piles at the Pine Bluff, Arkansas moorings for the Coast Guard Cutter KANAWHA. Interested contractors must visit the site to assess the work conditions and submit a quote after understanding the scope. The work must be scheduled to minimize disruptions to normal operations, and contractors are required to notify the Coast Guard one week prior to commencing work. Key responsibilities include adhering to safety regulations, managing waste disposal per legal requirements, and ensuring utility verification before starting the project. The contractor must ensure that all materials are protected and that any damage to existing structures is repaired at their own expense. The contract specifies the removal and replacement of damaged piles, binding them in accordance with existing structures. Acceptance of the work will be contingent upon verification by a government representative, ensuring compliance with project specifications. Overall, the document outlines the requirements, responsibilities, and procedures for the awarded contract under this government RFP, reinforcing operational compliance and safety standards throughout the project lifecycle.
    The document outlines a solicitation for construction work by the U.S. Coast Guard, specifically the removal and installation of four wooden piles to renew the Northern Pine Bluff mooring structure. It is designated for Total Small Business firms under the NAICS code 227990, with a size standard of $32.5 million. A Firm-Fixed Price contract is anticipated, emphasizing an evaluation based on the lowest and fair pricing of submitted offers. Essential details include the required performance period, bonding requirements, and compliance with Federal Acquisition Regulation clauses and Department of Labor wage rates. Offers must be submitted in sealed format, clearly marked with identification details, within the specified timeframe. The document also provides contact information for inquiry and site visits, highlighting the coordination needed for the project’s commencement. This solicitation reflects the government's effort to engage small businesses in federal contracting, ensuring adherence to established standards and regulations while seeking competitive bids for infrastructure maintenance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Preserve Davits, Shawk Box Electric Hoists and Capstan Parts, USCG Cutter OBION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to preserve davits, Shaw Box electric hoists, and capstan parts for the USCG Cutter OBION at their facility in St. Louis, Missouri. The project involves media blasting and painting of these components, with strict adherence to surface preparation and environmental compliance standards, and is scheduled to commence on February 10, 2025, and conclude by February 27, 2025. This procurement is critical for maintaining the operational integrity and safety of Coast Guard vessels, ensuring that essential marine equipment is preserved to meet stringent quality and performance standards. Interested small businesses must contact Robert Henson II or James Tepen for further details, and proposals must comply with federal acquisition regulations, including wage determinations and safety protocols.
    Demolition and Removal of Damaged Pier
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the demolition and removal of a damaged pier at the Coast Guard Base in Galveston, Texas. Contractors are required to provide all necessary labor, materials, and equipment while adhering to U.S. Coast Guard standards for quality and safety, including conducting a site investigation and submitting progress reports throughout the project. This procurement is crucial for maintaining the operational integrity of Coast Guard facilities and ensuring compliance with safety regulations. Interested small businesses must contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn Charles at lynn.p.charles2@uscg.mil for further details, with a total performance period of three calendar days from the notice to proceed.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    W912PM25Q0012 - Removal of Dudley Creek Piling Clusters
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for the removal of Dudley Creek piling clusters located in Swansboro, North Carolina. The project entails the removal and off-site disposal of two existing mooring clusters, adhering to state and local solid waste disposal regulations, with a performance period of 30 days post-contract award. This contract, classified as a Firm Fixed Price, has an estimated value between $25,000 and $100,000, and is set aside exclusively for small businesses under the NAICS code 238910 for Site Preparation Contractors. Interested parties must ensure they are registered in the System for Award Management (SAM) and can find the solicitation, expected to be issued electronically around February 18, 2025, by searching for the solicitation number on the SAM website. For further inquiries, contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    Clean, Flush and Inspect USCG Cutter SANGAMON Sewage and Gray Water Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to clean, flush, and inspect the sewage and gray water systems aboard the USCG Cutter SANGAMON. The project, scheduled from January 21 to March 29, 2025, requires the contractor to remove all tank contents, conduct thorough cleaning, and inspect the tank's interior using a drain inspection camera, all while ensuring compliance with environmental regulations and safety standards. This initiative is crucial for maintaining operational integrity and environmental safety within the Coast Guard fleet. Interested vendors, particularly Women-Owned Small Businesses, must submit their offers by 2:00 PM CST on February 18, 2025, to the USCGC Sangamon Mooring Facility in East Peoria, IL, and should contact Robert Henson II or James Tepen for further details.
    West Coast Hopper Maintenance Dredging 2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigation by dredging specific areas along the West Coast, including Humboldt Bay and the Lower Columbia River. The project requires contractors to perform maintenance dredging to specified depths, adhering to environmental regulations and safety standards, with a construction budget estimated between $10 million and $50 million. This initiative is crucial for maintaining navigational channels and ensuring safe maritime operations, reflecting the government's commitment to infrastructure upkeep and environmental stewardship. Interested bidders must submit their proposals electronically by February 21, 2025, and can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    MAINTENANCE DREDGING AT USCG MOORINGS TONGUE POINT, ASTORIA OR.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for maintenance dredging at the USCG Moorings in Tongue Point, Astoria, Oregon, under Invitation For Bid (IFB) No: 70Z08825B0000069. The project entails the removal of up to 25,000 cubic yards of sediment to achieve a design depth of -20.0 feet Mean Lower Low Water (MLLW), with disposal at approved sites and compliance with environmental regulations. This maintenance work is crucial for ensuring navigational safety and operational efficiency at the Coast Guard facilities, with an estimated contract value between $1 million and $5 million. Bids must be submitted electronically between February 10 and February 19, 2025, and interested contractors can direct inquiries to Vincent Yee or Travis Cohen via their provided email addresses.
    UW Hull Cleaning & Inspect
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide underwater hull cleaning and inspection services for the Coast Guard Cutters Mustang, Naushon, and Liberty, with work to be performed at the USCG Base in Ketchikan, Alaska. The procurement includes a comprehensive scope of work that entails pre-clean inspections, hull cleaning of various underwater components, and post-clean inspections with detailed reporting, all adhering to established Coast Guard regulations and standards. These services are crucial for maintaining the operational readiness of the vessels, ensuring they meet safety and performance standards. Interested contractors should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or call 757-628-4801, with the work expected to be completed by May 5, 2025, under a Total Small Business Set-Aside designation.
    DRYDOCK REPAIRS FOR CGC BUCKTHORN
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs for the USCGC Buckthorn (WLI-100) as part of a total small business set-aside opportunity. The procurement encompasses a range of maintenance and inspection tasks necessary for the vessel's operational readiness, including hull inspections, fire prevention measures, and overhaul of propulsion systems, all of which must comply with established Coast Guard standards. This contract is critical for ensuring the safety and functionality of the Coast Guard fleet, with detailed pricing schedules and specifications provided in the associated documents. Interested parties should direct inquiries to Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil, with questions due by February 10, 1:00 PM, and are encouraged to review the attached documents for further details on requirements and submission procedures.