70Z03025QCLEV0070 - AIR STATION TRAVERSE CITY GATE SECURITY AND ENTRY SYSTEM REPLACEMENT
ID: 70Z03025QCLEV0070Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the installation of a new Front Gate Security Monitoring and Entry System at Air Station Traverse City, Michigan. The project entails removing outdated security systems and implementing a modern solution that includes high-definition, weatherproof cameras with remote viewing capabilities, as well as a secure entry system featuring hardwired cellular access and a keypad. This procurement is crucial for enhancing the facility's security infrastructure and ensuring compliance with operational standards. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the necessary components for a company to respond to a federal or state/local Request for Proposal (RFP) or grant application. It emphasizes the need for companies to provide detailed information regarding their experience in related work, contact references, and their operational capabilities. Key elements include the solicitation number, company contact details, and prior work experience specifics. Firms must disclose any past job terminations and potential issues in meeting deadlines, alongside the percentage of work to be subcontracted. Additionally, compliance with the Davis-Bacon Wage Act for prevailing wages is essential. The document requires applicants to list three relevant references in a structured format, ensuring a comprehensive evaluation of their qualifications. Overall, this form serves as a foundational tool for assessing vendor readiness to execute contracted projects effectively.
    The document is a Request for Information (RFI) form utilized by the U.S. Coast Guard (USCG) at Base Cleveland for clarifying solicitations related to federal projects. The RFI serves two primary purposes: to seek clarification on solicitation terms or to propose changes, with any amendments being issued accordingly. The form requires details such as the solicitation number, project location, specific information requested, and contact information from the requester. The response section is designated for the contracting office to provide answers or outline proposed changes. This systematic approach ensures clear communication between contracting specialists and requestors, maintaining compliance with federal processes in procurement. Overall, the RFI process supports effective project management and procurement transparency within government contracting frameworks.
    The document outlines a solicitation for services from women-owned small businesses (WOSB) regarding front gate security monitoring and entry system installation for the U.S. Coast Guard. It includes essential details such as the requisition number, contract details, award date, and solicitation date. The document specifies the quantities, unit prices, and total award amount estimated at $25 million. Additionally, it provides contact information for the contracting officer, Jonathan C. Barrett, and details the process for submitting invoices through the government payment portal, IPP.gov. The solicitation emphasizes compliance with the Federal Acquisition Regulation (FAR) and highlights the importance of timely delivery, payment terms, and necessary federal compliance certifications. Overall, the document serves as an official request for bid submissions while promoting opportunities specifically for women-owned businesses, supporting government initiatives to enhance diversity and inclusion in federal contracting.
    The document outlines a Request for Quote (RFQ) for the installation of a front gate security and entry system at the USCG Air Station in Traverse City, MI. Bidders are instructed to provide a complete copy of the solicitation package and submit their quotes electronically to the specified Contracting Officer, ensuring that all required documentation is included to avoid being deemed non-responsive. The project requires comprehensive labor, materials, and equipment, with costs to include taxes. Additionally, sections detail the inspection and acceptance criteria, invoicing procedures via the Invoice Processing Platform (IPP), and insurance coverages that contractors must hold before commencing work. The RFQ emphasizes compliance with various federal regulations and provides guidelines on handling hazardous materials. The estimated value of the procurement is between $25,000 and $100,000, and contractors must maintain a valid registration with the System for Award Management (SAM) to ensure payment. The document concludes with numerous federal acquisition clauses and guidelines to ensure legal and operational adherence throughout the contract’s execution.
    The Department of Homeland Security (DHS) and the United States Coast Guard are seeking contractors to install a new Front Gate Security Monitoring and Entry System at Air Station Traverse City, Michigan. The project involves the removal of outdated systems and the installation of a new, robust solution that meets current operational security standards, including at least three high-definition, weatherproof cameras with remote viewing capabilities via a mobile app. The entry system will feature hardwired cellular access and a keypad for secure entry. Contractors must ensure compliance with local labor standards and health regulations, obtain required permits, and maintain site safety. They are also responsible for training personnel and providing security during off-hours when the system is not operational. The project must be completed within 60 calendar days of award, with a warranty of at least 12 months on all work performed. Overall, this RFP outlines the requirements to enhance security infrastructure at the facility and ensure it adheres to safety and operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Purchase and Installation of Heavy Duty Ramp
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to facilitate safe access for trucks and boat trailers to an existing loading dock, requiring the ramp to support a minimum load capacity of 26,000 lbs and adhere to various safety and structural standards. This procurement is critical 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 December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details and site visit arrangements.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service, is seeking a contractor for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to adhere to a detailed Statement of Work, which includes the installation of 13 cameras, the use of existing rack space, and compliance with specific contractor certifications. This procurement is a 100% small business set-aside, with a firm-fixed price contract expected to be awarded based on a best value selection process. Interested parties must register with the System for Award Management (SAM) and submit any questions to Contract Specialist Thomas Westlake by email. The Request for Quotation (RFQ) documents are anticipated to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    Selfridge ANG (Detroit MI) Electrical Installation
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of electrical service at Selfridge Air National Guard Base in Michigan, specifically for a Remote Surveillance System – Maritime (RSS-M) project sponsored by U.S. Customs and Border Protection (CBP). The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to install the electrical infrastructure, including a 100A 240 VAC single-phase fusible safety disconnect switch, grounding, and conduit, while adhering to all relevant regulations. This temporary installation is crucial for enhancing surveillance capabilities and will be removed as requirements change. Interested contractors must submit their quotations electronically by January 7, 2026, and can contact Raymond Lena at raymond.a.lena@faa.gov for further information.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.