Installation of AcoustiWall Fabric Stretch System
ID: 31110PR260000002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NATIONAL CAPITAL REGION(000G8)WASHINGTON, DC, 20593, USA

NAICS

All Other Home Furnishings Retailers (449129)

PSC

MODIFICATION OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (K072)

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 a contractor to install an AcoustiWall Fabric Stretch System in its conference center located in Washington, D.C. The project involves replacing existing acoustical wall surfaces that have reached the end of their service life, covering approximately 1,452 square feet, to ensure a professional appearance for mission-critical meetings. This procurement is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and will be awarded based on the Lowest Price, Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotes by January 16, 2026, and can direct inquiries to Isiah Mack at isiah.r.mack@uscg.mil or Samuel Salerno at Samuel.T.Salerno@uscg.mil.

    Files
    Title
    Posted
    The U.S. Coast Guard Headquarters issued Request for Quote (RFQ) #70Z0G825PBNCR0011 on December 19, 2025, seeking a contractor for acoustical wall treatment surfacing at its large, three-room conference center in Washington, D.C. The existing wall surfaces have reached the end of their service life and require replacement to maintain a professional appearance. This solicitation, governed by FAR Part 13.302 for "Purchase Orders," falls under NAICS code 238320 ("painting and wall covering contractors"). The Coast Guard plans to award one Firm-Fixed Price (FFP) Purchase Order based on the Lowest Price, Technically Acceptable (LPTA) criteria. Bidders are strongly encouraged to conduct site visits between December 22, 2025, and January 12, 2026. Questions must be submitted via email by January 9, 2026, and quotes are due by January 16, 2026, both by 12:00 PM EDT. Quotes must include a Technical Capabilities Volume (limited to five pages) and a Price Volume using the provided Excel spreadsheet. The evaluation prioritizes Technical Capability (Acceptable/Unacceptable) and then Price. Various FAR and HSAR clauses are incorporated, addressing topics such as commercial items, small business utilization, labor standards, and prohibition on contracts with corporate expatriates.
    This document is a pricing table for a government procurement, likely a Request for Proposal (RFP), federal grant, or state/local RFP. It lists fields for "Vendor," "Item Description," "Quantity," "Unit of Issue," "Unit Cost," "Discount," "Discounted Unit Price," and "Fixed Price Per Line Item." The table is currently blank, with all cost and price fields showing "$0.00" and discount fields "0%," indicating it is a template for vendors to submit their proposed pricing. The "TOTAL EVALUATED PRICE" is also "$0.00," confirming its template nature. The "Additional Comments" section is empty, suggesting it's for further vendor input. The document's purpose is to standardize how vendors present their financial bids for goods or services requested by a government entity, ensuring clarity and comparability in the evaluation process.
    This government solicitation, identified as Standard Form 1449, pertains to a Women-Owned Small Business (WOSB) acquisition for the USCG Base National Capital Region. The project involves furnishing and installing new acoustical fabric across approximately 1,452 square feet of fabric-stretch wall surfaces within the conference center. Key details include a solicitation issue date of July 24, 2025, and an offer due date of December 30, 2025, at 12 Noon. The acquisition is set aside for WOSB, with a NAICS code of 449129. The document outlines sections for contract information, schedule of supplies/services, accounting data, and acceptance terms for both the offeror/contractor and the government contracting officer. It also references Federal Acquisition Regulation (FAR) clauses applicable to the solicitation and contract.
    The U.S. Coast Guard Headquarters requires the installation of a new AcoustiWall Fabric Stretch System in its 1452 square foot conference center in Washington, D.C. The existing acoustical wall treatments have reached the end of their service life and need replacement to maintain a professional appearance for mission-critical meetings. The contractor will be responsible for furnishing and installing the new acoustical fabric across all existing fabric-stretch wall surfaces. The project is estimated to take 4-8 standard working days, during which the contractor will require full access to the installation areas. Excluded from the contractor's responsibilities are furniture removal, relocation of wall-mounted obstructions, and any electrical work or other trade services. The project will commence upon formal acceptance of the Scope of Work and issuance of a purchase order.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard Academy, is soliciting bids for the repair of the auditorium in McAllister Hall located in New London, Connecticut. The project, identified as Project No. 30134899, involves comprehensive renovations including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting. Interested contractors must submit their bids by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, while ensuring compliance with all federal regulations and requirements. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    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 a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    Video Wall Equipment Indefinite Delivery Indefinite Quantity (IDIQ) and Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for Video Wall Equipment and Support Services through a combined synopsis/solicitation (RFP 70US0926R70093555). The procurement aims to secure a contractor capable of providing audio-visual (AV) equipment, installation, system design, repair, maintenance, and temporary renovation services for large events, including National Special Security Events (NSSEs) and USSS offices. This initiative is critical for ensuring effective communication and security during high-profile events, necessitating compliance with specific security standards and the use of approved equipment from manufacturers like Samsung and Cisco. Interested small businesses must submit their proposals electronically by January 17, 2026, with questions due by January 2, 2026. For further inquiries, contact Keisha Pender at keisha.pender@usss.dhs.gov or 202-406-9759.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    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 involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    Glazier Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking qualified contractors to provide glazier services for the installation and removal of ballistic glass systems throughout the National Capital Region. The procurement involves a five-year Blanket Purchase Agreement (BPA) with a maximum ceiling of $3,500,000, aimed at enhancing physical security at various high-profile sites, including the White House and the U.S. Capitol. Contractors will be required to manage the logistics of handling heavy ballistic glass panels, ensuring secure installation and removal while adhering to strict security protocols. Quotes are due by January 20, 2026, at 12:00 PM EDT, and interested parties should contact Taylor Haire at taylor.haire@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further information.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes one Base Item and two Option Items related to faculty administration and training spaces. The opportunity is set aside for small businesses under the SBA guidelines, with a total contract value estimated at approximately $18 million and a performance period of 730 calendar days post-award. Interested parties must submit proposals by December 10, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil for further details.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.