Base Elizabeth City CG Day Tent Rental
ID: 70Z08125QELIZ0011Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Recreational Goods Rental (532284)

PSC

LEASE OR RENTAL OF EQUIPMENT- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDINGS, TENTS AND FLAGS (W083)

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 small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation document pertains to a request for bids for providing tents for the U.S. Coast Guard Day at USCG Base in Elizabeth City, NC, on August 1, 2026. The contractor is required to supply transportation, labor, equipment, and materials, with setup one to two days prior to the event and pickup one to two days afterward. All bids must be submitted via email by noon Eastern Time on May 8, 2025, while inquiries regarding the solicitation are to be directed to the designated Contracting Specialist by May 1, 2025. This procurement is restricted to small businesses defined under NAICS code 532284, with a small business standard threshold of $9 million. Eligible bidders must maintain an active vendor record in SAM.gov and comply with size requirements before the due date. A site visit for potential bidders is scheduled for April 29, 2026, at 10 AM. The government reserves the right to cancel the solicitation and intends to award a Firm-Fixed Price contract based on the bids submitted. The emphasis on adherence to specifications and submission procedures highlights the structured approach to federal procurement processes.
    The document indicates a series of roads and locations within a federal or military facility, likely related to a Request for Proposals (RFP) or federal grant opportunities. Notable locations mentioned include Exchange St., Hangar 7, and Aviation Memorial Dr., suggesting infrastructure that may be relevant for development or improvement projects. The composition lacks detailed descriptions or context about the purpose of the streets mentioned, but their listing could imply preparatory groundwork for planning or proposals related to facility upgrades or transportation logistics. Each street likely serves specific functions pertinent to operations at the facility, and their identification may be necessary for responding to future RFPs or grants concerning infrastructure support or community services. Overall, the document lays out foundational elements related to the physical layout of the area, which may play a vital role in upcoming government contracts or community initiatives.
    The document outlines the General Decision Number NC20250091 applicable to highway construction projects in North Carolina as of January 3, 2025. It specifies wage rates for various classifications of workers involved in these projects, adhering to the Davis-Bacon Act and related Executive Orders which dictate minimum wage thresholds. Contractors must pay at least $17.75 per hour for contracts initiated on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, for covered workers. Additionally, the document stipulates worker protections, such as paid sick leave under Executive Order 13706, and details how unlisted job classifications can be added post-contract award. The wage determination includes rates for diverse roles, from blasters to truck drivers, alongside identifiers explaining the source of the wage rates (union, survey, or state-adopted rates). It encapsulates the process for appealing wage determinations, ensuring transparency and accountability in public contracting. Overall, this document serves as a critical resource for ensuring compliance, fair wages, and protective measures for workers on federally funded construction projects in North Carolina.
    The document addresses the specifications regarding a 34x40 Marquee Hex tent and poses a question about whether it can be considered a standard 35x40 tent. The answer confirms that it is indeed acceptable to refer to the tent as a standard 35x40. This brief interaction suggests that the inquiry pertains to government procurement processes, specifically related to Request for Proposals (RFPs) or grants where precise specifications and standards are crucial. The document’s straightforward format indicates a focus on compliance and clarity in equipment specifications, which aligns with typical requirements found in federal and state contracting environments. Ensuring the proper dimensions and classifications of products is essential in government contracting to maintain uniformity and meet project requirements effectively.
    The document outlines specifications for the procurement of various tents and related equipment for the CG Day event in 2025. The list includes the following items: one 40x40 keder tent, one 40x40 pole tent, two 20x60 tents with rain gutters, two 30x80 tents, one 34x40 marquee hex tent, and two 10x20 tents. Additionally, it specifies a requirement for 18 concrete blocks weighing 700 lbs each and 4 concrete blocks weighing 350 lbs each. This procurement is likely part of a government Request for Proposals (RFP) or grant aimed at providing essential infrastructure for large-scale public events, highlighting the logistical considerations necessary for proper tent setup and safety during the event.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III) Vendor Outreach Matchmaking Event (VOME)
    Buyer not available
    The U.S. Department of Homeland Security (DHS) is hosting a Vendor Outreach Matchmaking Event (VOME) on September 10, 2025, aimed at connecting small and large businesses for the U.S. Coast Guard's Regional Multiple Award Construction Contracts (RMACC III). This event seeks to facilitate matchmaking opportunities for firms interested in construction, architectural, and engineering services, encouraging collaboration through subcontracting, joint ventures, and the DHS Mentor-Protégé Program. The VOME is crucial for strengthening the vendor base and enhancing participation in federal contracting, with registration open until September 8, 2025. Interested businesses can contact the USCG Open for Business at openforbusiness@uscg.mil or DHS OSDBU at osdbu.vos@hq.dhs.gov for further details.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Work Platforms for Blasting, Painting, and Welding
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from interested parties for the construction or fabrication of semi-permanent work platforms intended for blasting, painting, and welding operations on vessels up to 154 feet in length at the Coast Guard Yard in Baltimore, Maryland. The platforms must facilitate maintenance tasks while being movable by industrial equipment, and they should adhere to specific design requirements outlined in the attached product specification sheet. Interested vendors are invited to submit their responses to a Request for Information (RFI) by December 8, 2025, and should direct their inquiries to Contract Specialist Linda B. Lassiter or Contracting Officer Representative Marie C. DeVisser via the provided email addresses. This opportunity is part of market research and does not constitute a solicitation for proposals at this time.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    Small Business Opportunities FY-24 Q4 / USCG C5I Service Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, has issued a special notice regarding small business opportunities for IT and telecommunications services. This notification serves to inform potential vendors about the designated points of contact for small business inquiries, rather than announcing a specific contracting opportunity. The services sought are critical for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested small businesses can reach out to Rick Petersen at rick.d.petersen@uscg.mil or 757-295-2270, or Tanika Posey at tanika.l.posey@uscg.mil or 703-417-5568 for further information.
    Small Business Opportunities FY-25 Q3 / USCG C5I Service Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, is announcing Small Business Opportunities for IT and Telecommunications services. This notice serves to inform potential vendors of the designated Small Business Points of Contact (POCs) for future engagements, although it is important to note that this is not a contracting opportunity at this time. The services sought are crucial for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested parties can reach out to the primary contact, Rick Petersen, at rick.d.petersen@uscg.mil or by phone at 757-295-2270, or the secondary contact, Tanika Posey, at tanika.l.posey@uscg.mil or 703-417-5568 for further information.
    Small Business Opportunities FY-26 Q1 / USCG C5I Service Center
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, is announcing small business opportunities related to IT and telecommunications services. This notice serves to inform potential vendors of the designated points of contact for small business inquiries, rather than presenting a specific contracting opportunity. The information provided is crucial for small businesses looking to engage with the Coast Guard, as these services play a vital role in supporting the agency's operational capabilities. For further inquiries, interested parties can reach out to Rick Petersen at rick.d.petersen@uscg.mil or 757-295-2270, or Tanika Posey at tanika.l.posey@uscg.mil or 703-417-5568. Additionally, Amanda Justice is available for contacts related to Kearneysville, WV, at amanda.l.justice@uscg.mil.