Water tower cleaning/inspection
ID: 31030PR240000196Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE PORTSMOUTH(00027)PORTSMOUTH, VA, 23704, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

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 qualified contractors for the cleaning and structural inspection of a 300,000-gallon potable water storage tank at USCG Base Elizabeth City, North Carolina. The project aims to address water safety concerns, including elevated fecal coliform levels, and requires compliance with environmental regulations and federal safety standards. Interested small businesses must submit their proposals by the specified deadline, ensuring they are registered in the System for Award Management (SAM) and adhere to wage determinations outlined by the Department of Labor. For inquiries, potential bidders can contact Cristina Mesen at cristina.p.mesen@uscg.mil or Steven (Josh) Carr at steven.j.carr@uscg.mil, with a site visit scheduled for September 6th.

    Point(s) of Contact
    Contracting: Cristina Mesen
    (757) 686-6883
    cristina.p.mesen@uscg.mil
    Local POC: Steven (Josh) Carr
    (252) 335-6968
    steven.j.carr@uscg.mil
    Files
    Title
    Posted
    The Scope of Work outlines the requirements for cleaning and inspecting a 300,000-gallon potable water storage tank at USCG BASE Elizabeth City, NC. The project arises from concerns over water safety due to elevated fecal coliform levels and insufficient chloramine residual. The contractor must start work within 30 days after receiving notice and complete all tasks within 30 days thereafter. Key tasks include thorough cleaning, structural inspections, and reporting on any discrepancies such as cracks or rust. The inspection will adhere to guidelines from the Manual of Naval Preventive Medicine, specifically addressing disinfection needs based on identified issues. The contractor must also ensure compliance with environmental protection regulations for waste disposal and gas-free entry procedures. A certified North Carolina Drinking Water Operator must oversee the project to ensure adherence to state and federal safety standards. Contact points for coordination include USCG personnel responsible for oversight and compliance. This document serves as a foundation for federal RFPs and grants concerning water safety and maintenance at military facilities, underscoring the commitment to ensuring safe drinking water for personnel.
    The document addresses questions regarding the BEC Water Tower project, outlining important details related to bidding and project execution. It clarifies that certification from the North Carolina Drinking Water Operator Certification Board is desired but not mandatory for vendors. The tank is confirmed to be welded and free of lead paint. A site visit is scheduled for September 6th; attendance is encouraged yet not mandatory. The job adheres to prevailing wage laws as per the DOL Wage Determination, and work is to start no later than thirty days post-acceptance of the bid. No engineering firm is designated, and specifications will be provided electronically. There is no bid bond requirement, and liquidated damages are generally not applicable. This document serves as guidance for potential bidders, ensuring they have the necessary information to prepare their proposals for the water tower maintenance project in compliance with applicable regulations and standards.
    The document details mandatory clauses and provisions in federal contracts, specifically related to Request for Proposals (RFPs) and grants. It includes an extensive list of provisions categorized as "P" for prescribed, which mandates compliance, and "C" for clauses, which provide specific requirements for contractors. Key sections address ethics (such as anti-kickback measures and whistleblower protections), compliance with labor standards, and requirements for small businesses. The provisions incorporate definitions, security requirements, payment protocols, and environmental compliance guidelines, along with specifics related to contractor qualifications. This structured presentation is vital for ensuring government contracts adhere to regulations that promote integrity, equity in contracting, and proper use of funds. The comprehensive nature of the clauses reflects the government's emphasis on accountability and transparency in its procurement processes. Overall, the document serves as a crucial reference for suppliers seeking to engage with federal and state contracts, ensuring they meet all necessary legal and operational standards.
    This document pertains to the requirements concerning small business representations in government contract solicitations within the United States and its territories. It establishes that quoters must state whether they are a small business concern, as defined under 13 CFR 121, and indicate the involvement of small businesses in the supply chain for the contract. Specifically, the provision 52.219-1 outlines the criteria for small business concerns, emphasizing independent ownership and operational dominance. Additionally, it includes provision 52.219-6, which mandates that only small business concerns can submit quotations for certain acquisitions, disqualifying any that do not meet this designation. These stipulations aim to foster opportunities for small businesses in government contracts, ensuring that acquisitions are sourced exclusively from these entities when specified. Such provisions facilitate compliance with federal policies designed to promote small business engagement in government contracting. Overall, the document underscores the federal government's commitment to supporting small businesses through targeted procurement policies.
    The document is a Request for Quotation (RFQ) issued by the U.S. Coast Guard (USCG) for the cleaning and inspection of a 300,000-gallon potable water storage tank at USCG Base Elizabeth City, with work to be performed in accordance with the provided Statement of Work. The RFQ emphasizes that it is not a contract order and does not guarantee payment for submission costs. It outlines submission details, including a site visit scheduled for September 6th, and provides contact information for technical inquiries. Quotes must be submitted via email by the specified deadline. The document is structured with sections for quotation details, supplier information, and conditions, and it stipulates that federal and local taxes apply. The RFQ also includes specific requirements such as a Unique Entity Identifier (UEI#) and a Department of Labor Wage Determination form. This RFQ exemplifies typical government procurement protocols, focusing on acquiring services while ensuring compliance and transparency.
    The document presents the Wage Determination No. 2015-4405 from the U.S. Department of Labor, detailing compensation requirements under the Service Contract Act. It highlights minimum wage rates applicable to federal contracts based on Executive Orders 14026 and 13658. For contracts entered into on or after January 30, 2022, workers must be paid at least $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour unless otherwise stated. The document also outlines the wage rates for various occupations within North Carolina counties, specifying base hourly rates varied by role, and mandates fringe benefits such as health, welfare, vacation, and holiday pay. Additionally, it emphasizes requirements under Executive Order 13706 for providing paid sick leave to employees. The summary underscores compliance necessary for contractors to meet legal obligations while ensuring fair compensation for service workers in federal contracts. This document is significant for guiding bidders on federal grants and RFPs to ensure adherence to wage standards and labor regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replacement of steam boilers in bldg. 87 at USCG Base Elizabeth City
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to replace two existing natural gas-fired steam boilers in Building 87 at USCG Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure the successful removal of the old boilers and installation of new ones, adhering to local safety and environmental regulations. This project is critical for maintaining operational functionality at the facility and reflects the federal commitment to improving military infrastructure. Interested small businesses must submit their quotes by noon Eastern Time on September 23, 2024, and are encouraged to attend a mandatory site visit on September 17, 2024, at 0900. For further inquiries, contact Rubens E. Rodriguez at rubens.e.rodriguez@uscg.mil or by phone at 252-334-5172.
    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.
    Reseal Existing Concrete Secondary Containment for IPD St. Louis for USCG
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to reseal the existing concrete secondary containment structure at the Industrial Production Detachment (IPD) located at the U.S. Coast Guard Base in St. Louis, Missouri. The project aims to restore compliance with environmental regulations by ensuring the impermeability of the containment area, which measures 15’x20’ and includes a 4"x7" berm, using a non-toxic, waterproof, and chemically resistant sealant. This procurement is critical for maintaining safety and regulatory adherence in facility operations, with a firm-fixed price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel S. Ivy at joel.s.ivy@uscg.mil by September 17, 2024, and must be registered in SAM.gov to participate.
    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.
    USCGC HEALY oily water offload
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified vendor to perform an oily water offload from the USCGC HEALY, necessitated by a malfunctioning pump that has resulted in significant waste accumulation. The selected contractor will be responsible for the removal and proper disposal of up to 20,000 gallons of waste oil and oily water, ensuring compliance with all applicable federal, state, and local regulations. This procurement is critical for maintaining environmental standards and operational safety for the vessel's bilge system. The work is scheduled to take place in Seattle, Washington, from September 26 to October 4, 2024, with inquiries directed to primary contact Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil or secondary contact Kyler Fisk at KYLER.C.FISK@USCG.MIL.
    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.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    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.
    OPS Generator Room Safety Repairs
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the OPS Generator Room Safety Repairs project at Base Borinquen in Aguadilla, Puerto Rico. The project involves significant renovations, including replacing the Galvalume roof and structural beams, treating rusted areas, upgrading windows and doors, enhancing electrical conduits, and refreshing signage, all aimed at improving the generator room's structural integrity and aesthetics. This initiative underscores the Coast Guard's commitment to maintaining safe and operational facilities while adhering to federal safety regulations. Interested contractors should contact Hector D. Laguer Garcia or LT Clara Dahill Baue for inquiries and submit their quotes to Julius.J.Oden@uscg.mil, with a site visit scheduled for September 16th at 10:00 AM and project completion expected within 45 days of commencement.
    USCG Crane Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for crane repair services at the USCG Base in Charleston, South Carolina. The procurement requires contractors to perform diagnostic troubleshooting and component replacement for the diesel exhaust fluid pump, adhering to the provided Statement of Work while ensuring safety and compliance with site regulations. This opportunity is significant for maintaining operational capabilities at the base and is set aside for small businesses, including those that are women-owned and HUBZone certified. Interested parties must submit their quotes by September 17, 2024, at 11:00 AM Eastern, and can direct inquiries to David Garves at david.m.garves2@uscg.mil or Julia Kline at julia.s.kline2@uscg.mil.