Airstation New Orleans Hangar Door Repair and Troubleshooting
ID: 70Z02925QNEWO00199Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair and troubleshooting of hangar door systems at the Air Station in New Orleans, Louisiana. The project involves comprehensive maintenance for two three-part hangar door systems, including labor, materials, and equipment, with a focus on minimizing operational disruptions during the work. This procurement is crucial for maintaining the functionality and safety of the facility's operations, and the contract will be awarded based on the lowest price submitted by qualified bidders. Interested contractors must submit their quotes by 3:00 PM CST on March 24, 2025, and are encouraged to contact Tiffany Hughes at Tiffany.N.Hughes@uscg.mil or Kermit Heiser at Kermit.J.Heiser@uscg.mil for further inquiries.

    Files
    Title
    Posted
    This document outlines important updates regarding representations and certifications for government contracts, specifically focusing on sustainability and environmental compliance. It advises that entities should not utilize the SAM representations related to greenhouse gas emissions that may not align with the agency's solicitation. New clauses requiring compliance with sustainability standards are introduced: 52.204-8 for annual representations, and several clauses pertaining to biobased product certification, waste reduction, and sustainable products and services. The document details the definitions, requirements for reporting biobased products, and mandates for waste reduction programs in line with federal regulations. The prescribed clauses aim to ensure that contractors provide environmentally preferred products and report their sustainability efforts accurately. This initiative reflects the government’s commitment to promoting sustainability in procurement processes. Overall, the document serves to update contractors on their responsibilities relating to representations and compliance measures necessary for both federal RFPs and contracts, highlighting the importance of sustainable practices in government operations.
    The document is the Wage Determination No. 2015-5189 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits requirements for contractors in Louisiana’s Jefferson, Orleans, Plaquemines, Saint John the Baptist, St. Bernard, St. Charles, and St. Tammany parishes. It specifies that contracts awarded on or after January 30, 2022, must comply with Executive Order 14026, which mandates a minimum wage of $17.20 per hour for covered workers in 2024. Contracts awarded between January 1, 2015, and January 29, 2022, must follow Executive Order 13658, which sets a minimum wage of $12.90 per hour, unless a higher wage rate is established in the determination. The document contains detailed information on various occupations and their corresponding pay rates, emphasizing the need for compliance with established wage and benefit standards. Additional stipulations include paid sick leave, vacation time, and health benefits. There is a provision for classification and wage rates of non-listed occupations, requiring contractors to submit conformance requests to the Wage and Hour Division. This determination serves to ensure fair labor practices for workers involved in federal contracts, aligning with federally mandated labor standards.
    The document outlines a solicitation for construction services from the United States Coast Guard (USCG) Airstation in Belle Chasse, Louisiana. The request, identified by the solicitation number 70Z02925QNEWO001, seeks bids for the performance of troubleshooting and repairs on hangar doors. This procurement is specifically set aside for small businesses under the NAICS code 238290, adhering to a small business standard of $12.5 million. Interested contractors must submit sealed bids that conform to the outlined requirements, including the submission of performance and payment bonds, and must ensure they have an active vendor record in SAM.gov. Important details include the requirement for offers to be submitted by a specified due date with a minimum acceptance period defined by the government. Site visits are encouraged but not mandatory. Interested parties can direct questions regarding the solicitation in writing to the Contracting Specialist before a designated deadline. The contract will be awarded based on a Firm-Fixed Price model, emphasizing the importance of compliance with the specified terms and conditions throughout the bidding process. The government's right to cancel the solicitation is also noted.
    The United States Coast Guard Air Station New Orleans (USCG AIRSTA NOLA) requires comprehensive maintenance and troubleshooting for its hangar door systems. Bidders are encouraged to inspect the site prior to submitting proposals and must coordinate their activities with the facility to minimize disruption to operations. Key considerations include scheduling work during normal hours, adhering to safety standards outlined by OSHA, and ensuring compliance with various operational and environmental regulations. The scope includes maintenance for two three-part hangar door systems, requiring the contractor to provide labor, materials, equipment, and implement a factory-certified preventive maintenance service. Additionally, the contractor must manage utility verification, waste disposal, and personnel conduct while on site. Specific safety protocols are emphasized along with guidelines for construction practices, traffic regulations, and emergency procedures. The document underscores the Coast Guard's commitment to operational safety and regulatory adherence, outlining crucial responsibilities for contractors to protect both their materials and the facility during the project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Landscaping Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at the Coast Guard Base in New Orleans, Louisiana. The contract entails maintaining approximately 17 acres of grounds, including regular mowing, trimming, herbicide application, and seasonal beautification, while adhering to industry standards and safety protocols. This initiative is crucial for ensuring a well-maintained environment that supports operational readiness. Interested parties must submit their quotes by 3:00 PM CST on March 25, 2025, to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    WINCH BOAT, DAVIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the refurbishment of the Allied Systems CT-5 boat davit winch, identified by stock number 2030-01-505-1581 and part number 49396. The procurement involves opening, inspecting, reporting, and potentially overhauling four units of the winch, which are critical components used in the U.S. Coast Guard's Medium Endurance Product Line. Contractors must adhere to stringent quality management practices, including thorough inspections, modifications, and comprehensive documentation of repair findings, while ensuring compliance with specific packaging and marking standards to protect the equipment during transit. Interested vendors must submit their quotes by March 18, 2025, and direct any inquiries to Nina Crosby at Nina.M.Crosby@uscg.mil.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform biennial maintenance on the dual point davit system of the USCGC Bertholf (WMSL 750) for fiscal year 2025. The maintenance work, scheduled from March 31 to May 23, 2025, includes inspections, component replacements, and operational testing to ensure the safety and readiness of the equipment. This procurement is critical for maintaining the operational capabilities of Coast Guard vessels, reflecting the government's commitment to safety and regulatory compliance. Proposals are due by March 18, 2025, and interested parties should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.
    Ouachita Pier Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for a firm-fixed-price contract to repair the pier at CGC Ouachita in Chattanooga, Tennessee. The primary objective of this procurement is to replace damaged wood on the pier to enhance safety by eliminating tripping hazards and extending the structure's lifespan. This project is crucial for maintaining operational readiness and safety at Coast Guard facilities. The estimated contract value ranges from $25,000 to $100,000, with performance expected to commence within ten calendar days after the notice to proceed and to be completed within thirty calendar days. Interested small businesses must register in SAM.gov and adhere to specific compliance requirements, with inquiries directed to Kala Lowe at KALA.M.LOWE@USCG.MIL or James Spenn at james.j.spenn@uscg.mil.
    31050PR250000138 Carpet Replacement Sturgeon Bay
    Buyer not available
    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.
    PARTS KIT,SEAL REPL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for a Parts Kit, Seal Replacement, through RFQ 70Z08525Q30019B00. This procurement aims to acquire essential spare parts, including an Actuator Overhaul Kit and a Hydraulic Coupling Kit, which are critical for maintaining operational readiness and efficiency within the Coast Guard's fleet. Vendors must comply with strict military packaging and labeling standards, and all quotes are due by March 22, 2025, with anticipated delivery set for September 11, 2026. Interested parties should register on SAM.gov and may contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    USCG IPF NEW ORLEANS CNC PLASMA CUTTER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure a replacement CNC Plasma Table for the Integrated Project Facility (IPF) in New Orleans, Louisiana. The current plasma table is inoperative, which has hindered depot-level repairs essential for maintaining cutters and small boats, thus necessitating the acquisition of a new system to enhance operational efficiency. This procurement aims to ensure continued support in critical maintenance tasks, with specifications including a 5’ x 10’ cutting area, various power and torch requirements, and advanced features such as collision detection and air filtration. Interested vendors must submit their quotations by March 18, 2025, to Tim Ford at timothy.s.ford@uscg.mil, with a need date for delivery set for March 30, 2025.
    Overhead Doors
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the replacement of failing roll-up doors at Building 198 in Dahlgren, Virginia. The procurement involves the removal of existing doors and the installation of two insulated rolling doors manufactured by Richmond Overhead Door, Inc., including necessary labor and shipping costs. This initiative is critical for maintaining facility functionality and safety standards, ensuring compliance with federal specifications and safety regulations. Interested contractors must submit their proposals by March 18, 2025, with an anticipated award date by April 30, 2025; inquiries can be directed to Sharon Lathroum at sharon.lathroum@navy.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.