Maintenance and Repair on Station Bldg.
ID: 70Z02925QNEWO000011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

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 maintenance and repair services for station buildings at the U.S. Coast Guard Station in Destin, Florida. The project involves comprehensive repairs, including electrical work, exterior maintenance, and ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining operational efficiency at the facility and is set aside for small businesses under NAICS code 238910, with a size standard of $19 million. Quotes are due by 3:00 PM CST on August 13, 2025, and interested parties should contact Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines provisions and clauses relevant to federal contracts, with a focus on small business participation in government procurement. It details definitions and requirements for various classifications such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses, and other minority categories. The document emphasizes the importance of accurate representations regarding business size and type when submitting proposals. Moreover, it describes the Buy American Act's constraints on using construction materials, defining terms like "domestic construction material" and outlining the criteria for waivers in exceptional circumstances. The contract also incorporates necessary clauses related to performance timelines, site investigations, and subcontracting, illustrating compliance with federal acquisition regulations. Overall, the document serves as a comprehensive guide for contractors engaging with federal contracts, ensuring adherence to regulations while promoting small and disadvantaged business opportunities within government projects.
    This document is a combined synopsis and solicitation for non-commercial items, specifically a Request for Quotation (RFQ) from the U.S. Coast Guard (USCG) for construction services at Station Destin, Florida. The solicitation number is 70Z02925QNEWO0000011, which is set aside for small businesses classified under NAICS code 238910, with a size standard of $19 million. The contract will be awarded on a Firm-Fixed Price basis to the lowest priced quote that meets technical acceptability criteria. The work involves comprehensive repairs and maintenance on station buildings and equipment, ensuring operational efficiency. Offerors must be registered in the System for Award Management (SAM) and are encouraged to conduct a site visit to assess conditions that may affect performance costs. All quotes are due by August 13, 2025, at 3:00 PM CST, with inquiries directed to the Lead Purchasing Agent, Clarence Henshaw Jr. This solicitation emphasizes adherence to the Federal Acquisition Regulation and highlights the necessity of coordination to minimize operational impact during the execution of work.
    The document outlines the "Equipment Enrollment Form" utilized by the Coast Guard for cataloging maintained equipment alongside RSMeans Job Plans. It consists of a structured format for both government and contractor inputs, detailing information about equipment such as physical location, model, serial number, installation dates, warranty expiration, and associated costs (purchase and replacement). Key instructions instruct contractors to specify whether the equipment is new or decommissioned, with clear guidelines on information requirements. The primary focus of this document is to maintain an organized record of equipment for efficient management and maintenance, aligning with federal protocols. By standardizing this process in accordance with the "Current Equipment Enrollment Catalog," the Coast Guard aims to enhance operational efficiency and compliance with relevant policies in federal and state procurement contexts.
    The document presents General Decision Number FL20250217, relevant to building construction projects in Okaloosa County, Florida, under the Davis-Bacon Act. It outlines minimum wage requirements dictated by Executive Orders 14026 and 13658 for federally funded contracts, establishing baseline hourly rates for various labor classifications in 2025. For contracts initiated or renewed after January 30, 2022, the minimum wage is $17.75 per hour. Other contracts awarded typically require a rate of $13.30 per hour unless higher wages apply. The document includes specific wage rates and fringe benefits for various construction roles, emphasizing that employers must ensure compliance with these wage determinations. Additionally, it explains the appeals process for contested wage determinations and worker protections under related Executive Orders, including provisions for paid sick leave for contract workers. This comprehensive wage determination aims to safeguard fair labor practices and ensure proper compensation for workers involved in federally funded construction initiatives.
    The document outlines the repair and maintenance specifications for United States Coast Guard Station Destin, Florida, under project number 29392527. Key tasks include comprehensive repairs, such as electrical panel labeling, exterior light fixture replacement, troubleshooting lighting circuits, caulking exterior doors, and installing soffit vents to enhance building conditions. The work must adhere to schedules that minimize operational disruptions, require a licensed electrician, and ensure strict safety protocols in compliance with federal and state regulations. Significant environmental and security measures are indicated, including proper waste disposal, hazardous materials management, and personnel identification procedures. The contractor is responsible for maintaining a clean work site, protecting the environment, and ensuring all utilities required for the project are available. Finally, the project emphasizes coordination with Coast Guard personnel and obtaining necessary approvals prior to commencement. This document serves as an integral outline for organizing the contractors' work scope while ensuring compliance with various regulatory requirements and the operational integrity of the Coast Guard station.
    The document is a Request for Quotation (RFQ) issued by the U.S. Coast Guard (USCG) for comprehensive repairs and maintenance at the USCG Station in Destin, Florida. This solicitation is specifically set aside for small businesses, with the relevant NAICS code being 238910. Interested vendors must submit their quotations by a specified date to the issuing office, ensuring compliance with the outlined Statement of Work. The RFQ specifies the need for domestic supplies and encourages vendors to indicate if they cannot provide a quote. Interested parties can arrange site visits by contacting MKC Daniel Flanigan via email or phone. The document emphasizes that submitted quotations are informational and do not obligate the government to contract or cover preparation costs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with an estimated contract value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Sean Waldron at sean.e.waldron@uscg.mil for further information.
    DOCKSIDE: USCGC ISAAC MAYO DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a dockside maintenance contract for the USCGC ISAAC MAYO, scheduled for fiscal year 2026. The contract encompasses essential repair and maintenance tasks, including the cleaning and inspection of the Gaylord Hood ventilation system, resealing of interior wet deck coverings, renewal of the fuel filter manifold for the port main diesel engine, and replacement of a stand-off pipe hanger. This maintenance is crucial for ensuring the operational readiness and safety of the cutter, with the performance period set from March 30, 2026, to April 27, 2026. Interested parties can contact Torrie Jones at Torrie.M.Jones@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, and the procurement is set aside for small businesses under the SBA guidelines.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    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.