Solicitation 70Z03024QCLEV0132 - U.S. Coast Guard Station Duluth Replacement and Repair Infrared Heaters
ID: 70Z03024QCLEV0132Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement and repair of infrared heaters at the USCG Station Duluth in Minnesota. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to replace aging natural gas-powered heaters with modern infrared units, ensuring compliance with specified performance standards and timelines. This procurement is crucial for maintaining operational efficiency and safety at the facility, with an estimated contract value of less than $35,000 and a performance period not exceeding 60 calendar days post-award. Interested contractors should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or 906-635-3243 for further details, and must register for notifications regarding the solicitation on SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for a solicitation related to government contracts, particularly for services from potential contractors, as part of federal and state-local RFP processes. It includes reference information, a solicitation number, and requests for company details such as name, address, and contact information. Contractors must list relevant experience, provide reasons for any past job terminations, and assess potential difficulties in meeting project deadlines. Additionally, the document inquires about the percentage of work to be subcontracted and compliance with the Davis Bacon Wage Act concerning prevailing wages. Contractors are also required to submit three references, complete with contact details and project descriptions, to demonstrate their experience and reliability. The form's structure emphasizes a thorough vetting process, ensuring contractors are qualified and capable of fulfilling the contract requirements adequately. Overall, this document highlights the importance of transparency and accountability in public sector contracting.
    The document is a Request for Information (RFI) related to a solicitation by the U.S. Coast Guard, specifically for a project at CG Base Cleveland, with the solicitation number 70Z03024QCLEV0132 for USCG Station Duluth, Minnesota. The RFI form is intended for use by potential contractors to seek clarifications or propose changes regarding the solicitation without altering its terms or conditions. The form requires specific details such as the information requested, attachments, response deadlines, and contact information for the requestor and contracting specialist, Jennifer L. Hipp. Responses from a technical team are documented, indicating whether they are clarifications or proposed changes requiring an amendment. This document highlights the structured process of inquiries in federal procurement, ensuring clear communication and adherence to established guidelines in the development of government projects. The emphasis on proper deference to amendments signifies the regulated nature of contractual engagement within federal projects.
    The document outlines a Request for Quote (RFQ) for the Replacement and Repair of Infrared Heaters at the USCG Station Duluth, MN. The primary objective is to solicit bids from contractors to provide labor, materials, equipment, supervision, and transportation as specified in the Statement of Work. Offers must be submitted using the SF-1442 form, including bases and options directly related to the project and must account for any applicable taxes. Key sections include detailed instructions on submission requirements, performance timelines, and federal acquisition regulations. Contractors must commence work within ten calendar days and complete it within 60 days after notice. Attendance and communication guidelines are stipulated to minimize disruption to Coast Guard operations. The RFQ emphasizes the need for proper bonding and insurance, as well as compliance with environmental and safety regulations. It includes clauses related to inspection, payment procedures, and necessary representations and certifications by offerors, especially concerning small business status and adherence to the Buy American Act. Overall, the RFQ represents the Coast Guard’s commitment to maintaining infrastructure while ensuring compliance with federal procurement stipulations and quality standards.
    The document outlines a government solicitation (70Z03024QCLEV0132) for the repair and replacement of infrared heaters at the U.S. Coast Guard Station Duluth. Issued by the Regional Support Team in Cleveland, Ohio, it specifies that contractors must adhere to certain standards and deadlines in their bids. The contractor is required to begin performance within a designated timeline and must provide necessary performance and payment bonds. Sealed offers are due by a specific local time, with conditions for guarantee and acceptance clearly stated. All inquiries about the solicitation must be submitted in writing, and any amendments will be posted on the government procurement website. The document serves as a formal invitation to contractors, detailing key requirements and the process for submitting bids, making it integral to government contracting practices. The structured format ensures clarity in expectations, responsibilities, and procedures pertinent to construction-related offerings.
    The United States Coast Guard (USCG) Station Duluth is initiating a contract for the replacement of aging infrared heaters in its unit boathouse. The existing heaters, over 30 years old, require frequent repairs and parts are becoming obsolete. The contract includes a base bid for the replacement of two failing natural gas-powered heaters with modern power exhaust infrared heaters of at least 50,000 BTUs, along with options for replacing two additional units. The contractor is responsible for all necessary installations, including thermostats, flue chimneys, and exhaust venting, and must provide warranties for labor and materials. Contractor personnel must possess appropriate certifications, ensuring compliance with government regulations and maintaining professionalism during their work at the facility. The performance period is limited to 60 calendar days post-contract award, with work primarily conducted during regular business hours. The USCG will not provide resources to the contractor, who is required to furnish all necessary materials and equipment independently. Deliverables will undergo a review by the Contracting Officer's Representative (COR) to ensure compliance with the contract requirements. This undertaking emphasizes modernizing the heating system to ensure sustainability and reliability.
    The file outlines the wage determinations for construction projects in St. Louis County, Minnesota, under the General Decision Number MN20240205, effective June 7, 2024. It specifies that contractors must comply with the Davis-Bacon Act, ensuring minimum wage rates for various construction labor classifications in the state. Depending on the contract's award date, covered workers are entitled to specified hourly wage rates, ranging from $12.90 to $17.20 as per relevant Executive Orders. Moreover, the document provides a comprehensive list of labor classifications, wages, and fringe benefits for diverse trades, including electricians, plumbers, and welders. It also establishes guidelines related to unlisted classifications, sick leave requirements for federal contractors, and the appeals process for wage determination disputes. This document is an essential reference for ensuring compliance with labor standards in federal and state grants and contracts for building construction projects, emphasizing worker protections and prevailing wage requirements in construction projects within the state.
    Lifecycle
    Similar Opportunities
    70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.
    USCG ANT DULUTH (49423) FY24 INDUSTRIAL REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of industrial repair services at USCG ANT DULUTH (49423) in Duluth, MN (zip code 55802), USA. This procurement is set aside for small businesses. The service being procured is for non-nuclear ship repair in the western region. The notice includes various documents such as a Schedule of Supplies and Services, Past Performance Questionnaire, Additional Contract Requirements, and Language for Solicitations. For more information, the primary contact is Troy Elliott (email: troy.s.elliott@uscg.mil, phone: 7576284540) and the secondary contact is Regina M Elliott-Dougherty (email: Regina.ElliottDougherty@uscg.mil, phone: 5716101960).
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    70Z03024QCLEV0136 - Ground Maintenance and Snow Removal for U.S. Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to provide ground maintenance and snow removal services for the U.S. Coast Guard Station in St. Ignace, Michigan. The contractor will be responsible for all labor, materials, equipment, and supervision necessary for annual lawn maintenance and snow removal, adhering to industry standards and the detailed Statement of Work. This procurement is crucial for maintaining a safe and accessible environment at the facility, with an estimated contract value between $20,000 and $25,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or 906-635-3243 for further details, and are encouraged to register for notifications and participate in site visits prior to the submission of quotes.
    70Z03024QCLEV0135 - Ground Maintenance and Snow Removal for USCG Sector Northern Great Lakes
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for ground maintenance and snow removal services at the Sector Northern Great Lakes, located in Lake Isabella, Michigan. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision for annual lawn maintenance and timely snow removal, ensuring safety and compliance with local regulations. This procurement is crucial for maintaining the facility's aesthetic quality and operational safety, with an estimated contract value between $60,000 and $100,000, and a performance period extending until September 1, 2025. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or 906-635-3243 for further details, and are encouraged to register for notifications regarding the solicitation on SAM.gov.
    70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.
    ANTI-SWEAT INSULATION REMOVAL AND REPLACEMENT (CGC RESOLUTE)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and replacement of anti-sweat insulation aboard the Coast Guard Cutter Resolute, located in Saint Petersburg, Florida. The project involves the removal of existing insulation, installation of approximately 680 feet of new insulation on chill water and other lines, treatment of 770 square feet of interior compartment bulkheads to prevent sweating, and replacement of corroded ducting. This initiative is crucial for maintaining the operational capabilities of Coast Guard assets and ensuring compliance with safety and quality standards, including OSHA regulations. Interested contractors should contact Malicia Smith at malicia.c.smith@uscg.mil or Joseph Rizzardi at JOSEPH.A.RIZZARDI@USCG.MIL for further details.
    Renew Chill Water Piping Insulation, Renew Bulkhead Insulation and Conduct Bulkhead Repairs
    Active
    Homeland Security, Department Of
    Combined Synopsis/Solicitation Homeland Security, Department of is seeking to renew chill water piping insulation, renew bulkhead insulation, and conduct bulkhead repairs. This procurement is for the maintenance and repair of ship and marine equipment. The work will be performed in Greenville, MS (zip code: 38701), USA. The primary contact for this procurement is Kyler Fisk (email: KYLER.C.FISK@USCG.MIL, phone: 9492881271), and the secondary contact is Jeramyah George (email: JERAMYAH.W.GEORGE@USCG.MIL, phone: 5104375436). For more details, please refer to the attached Statement of Work.
    70Z03024QCLEV0145 - U.S. Coast Guard Station Alexandria Bay Snow Blower
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of a Toro Multi Force 26.5 hp snow blower and associated equipment for the USCG Station in Alexandria Bay, New York. The contract requires the delivery of all necessary labor, materials, equipment, and supervision, with a total estimated value of less than $25,000. This equipment is crucial for maintaining operational readiness during winter months, particularly for snow removal tasks that support search and rescue operations. Interested vendors must register under solicitation number 70Z03024QCLEV0145 to receive notifications, and all offers will be due upon issuance of the Request for Quote, with further details available from the primary contact, Pierce S. Schrecengast, at Pierce.S.Schrecengast@uscg.mil.
    Replacement of steam boilers in bldg. 87 at USCG Base Elizabeth City
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace steam boilers in Building 87 at USCG Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to remove the existing natural gas-fired steam boilers and install new ones, ensuring compliance with local regulations and safety standards. This project is crucial for maintaining operational functionality at the facility and is set aside exclusively for small businesses under NAICS code 238220, with a completion timeline of 30 days post-award. Interested vendors must submit their quotes by noon Eastern Time on September 23, 2024, and are encouraged to attend a mandatory site visit on September 17, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Rubens E. Rodriguez at rubens.e.rodriguez@uscg.mil or by phone at 252-334-5172.