70Z03025QCLEV0033 - Replacement and Installation of Natural Gas Water Heater for U.S. Coast Station Duluth
ID: 70Z03025QCLEV0033Type: 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

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the replacement and installation of a natural gas water heater at the Coast Guard Station in Duluth, Minnesota. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to safely remove the existing malfunctioning unit and install a modern, efficient replacement that meets safety and energy standards. This installation is critical for supplying hot water to essential areas of the facility, including the galley and washrooms, and must be completed within a performance period not exceeding 50 calendar days from the award date. The estimated contract value ranges from $25,000 to $100,000, and interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or 906-635-3243 for further details, with proposals to be submitted following the issuance of the Request for Quote.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposal (RFP) response structure for a federal or state/local contract. It includes essential company information, such as name, address, contact details, and references for similar work, along with a mandate to list relevant experience. Key inquiries involve the applicant's employment history (including any terminations), potential project completion difficulties, expected subcontracting percentages, and compliance with the Davis-Bacon Wage Act. Additionally, the document requires three references, detailing contact information and project descriptions. This framework serves to ensure that applicants demonstrate qualifications, capability, and adherence to legal standards, facilitating the evaluation of proposals in alignment with governmental expectations and compliance requirements.
    The document is a Request for Information (RFI) form from the U.S. Coast Guard (USCG), specifically for CG Base Cleveland. It serves as a mechanism for contractors or interested parties to submit inquiries regarding a specific solicitation for a project based in Duluth. The RFI requires details such as the solicitation number, project location, a description of the information requested, and requestor contact information. The response section is designated for the technical team's clarification of the solicitation details, with the potential for amendments if the inquiries propose changes. The document emphasizes that responses do not alter the existing terms and conditions. As part of the federal procurement process, this RFI form aims to facilitate effective communication between the USCG and contractors during the bidding process, ensuring clarity and understanding of the project's requirements before formal proposals are submitted.
    The document outlines a Request for Quote (RFQ) for the replacement and installation of a natural gas water heater at the USCG Station Duluth in Minnesota. Contractors are required to submit comprehensive quotes, including labor, materials, and taxes. The project is governed by Federal Acquisition Regulations (FAR), with a completion timeline of 50 calendar days after the notice to proceed. Contractors must ensure registration in the System for Award Management (SAM) and submit invoices electronically via the Invoice Processing Platform (IPP). The document details specifications, including the estimated project cost ranging from $25,000 to $100,000 and outlines necessary bonding and insurance requirements. It emphasizes compliance with wage rate requirements and environmental considerations, including the use of eco-friendly products. Additionally, it underscores the importance of contractor oversight, requiring a designated superintendent fluent in English. Proposals must conform to detailed requirements and include representations and certifications related to business size and status, ensuring all bidding is transparent and accountable. This RFQ reflects the government's commitment to efficiently procure services while adhering to strict regulatory and environmental standards.
    The file outlines a set of questions and answers related to a solicitation (70Z03025QCLEV0033) for a natural gas water heater at a facility. The primary purpose of the heater is to supply hot water to vital areas such as the galley, berthing, washrooms, public restrooms, and the boathouse. It is confirmed that the heater is conveniently located at ground level, allowing for easy access without stairs. A critical point raised in the inquiry concerns the BTU rating of the heater, which cannot be reduced from 500,000 to 300,000 BTUs, as the higher capacity is essential for meeting the facility's extensive hot water needs. This document serves to clarify specifications for those responding to the request for proposals, ensuring compliance with the project's requirements.
    The document is a federal solicitation for a construction project to replace and install a natural gas water heater at the U.S. Coast Guard Station in Duluth. It outlines key submission requirements, including a specified performance period and bonding conditions that potential contractors must fulfill. Interested parties must submit their sealed offers by the specified deadline, along with a guarantee and acknowledgment of any amendments to the solicitation. The contracting specialist is Jennifer L. Hipp, who oversees the inquiry process and submissions, and all questions must be submitted in writing. The solicitation emphasizes compliance with federal acquisition regulations and includes guidance on how to format submissions. Key contact information is provided, alongside the requirements for the scope of work and necessary performance bonds. This solicitation process serves to ensure competitive bidding and project execution in accordance with federal standards.
    The document outlines a Statement of Work (SOW) for the replacement and installation of a natural gas hot water heater at the U.S. Coast Guard Station Duluth. The current water heater, in use for 24 years, is malfunctioning, necessitating the removal of the old unit and installation of a modern, efficient replacement that adheres to safety and energy standards. Key tasks include safely removing the old heater, installing new equipment, and ensuring proper operation. The contractor is required to maintain qualified personnel throughout the project duration, which is limited to 50 calendar days. Work will typically occur during standard hours but may require flexibility for critical tasks. The contract stipulates that the contractor is responsible for all materials and resources, while the government will not provide additional support. Acceptance of deliverables will be reviewed by the Contracting Officer’s Representative (COR), who has the right to reject substandard work. The SOW emphasizes professionalism, regulatory compliance, and safety measures throughout the project, reflecting standard practices in government contracts for infrastructure maintenance and upgrades.
    The document outlines wage determinations for building construction projects in St. Louis County, Minnesota, under the Davis-Bacon Act. It specifies minimum wage rates for various labor classifications, with changes based on executive orders related to federal contracts. Notably, for contracts entered into after January 30, 2022, the minimum wage is set at $17.20 per hour, while previous contracts (up to January 29, 2022) maintain a minimum of $12.90 per hour. The document lists various construction-related job roles alongside their corresponding wage rates and fringe benefits, highlighting prevailing wage requirements. Additionally, it emphasizes the obligation of contractors to provide specific worker protections and paid sick leave as mandated by relevant executive orders. The document includes guidelines for wage determination appeals, indicating steps for addressing concerns about wage rates or classifications not listed. Overall, it serves as a comprehensive directive for contractors to ensure compliance with federal wage laws while executing building projects funded by federal grants or contracts, emphasizing the importance of fair labor compensation and worker rights within the construction industry.
    Lifecycle
    Similar Opportunities
    Oil Fired Hot Water Tank
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure an Oil Fired Hot Water Tank for the USCG Station located in Cape Charles, Virginia. This procurement is essential for ensuring the operational readiness and efficiency of the station's facilities. The awarded contract has been granted to L4 Enterprises, Inc., which is based in Cape Charles, VA. For further inquiries, interested parties can contact Jeffrey N. Burrough at Jeffrey.N.Burrough@uscg.mil for additional details regarding the justification and specifics of the procurement.
    HEATER, FUEL CUBE AND DUCTING RENTAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of a flameless diesel heater, a fuel cell, and associated ducting for use during painting operations on a 49ft Coast Guard Busl. The procurement includes an eight-week rental period for a 400k-750k BTU heater, a 250-gallon fuel cell with a pump, and two high-temperature ducts, with the rental period scheduled between December 22, 2025, and February 13, 2026, as determined by the Yard Point of Contact. This equipment is crucial for maintaining optimal working conditions during enclosed project operations, ensuring safety and efficiency. Interested vendors must submit their quotes via email to Shellby Hammond by December 17, 2025, at 12:00 PM (Eastern), referencing solicitation number 2126406Y61B5586003, and must comply with all relevant FAR clauses and requirements outlined in the solicitation.
    HEATING ELEMENT, ELEC AND CONTROL, TEMPERATURE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking vendors to supply heating elements and temperature controls for their 400-foot WAGB Polar Icebreakers. The procurement includes 15 electric heating elements (part number TMO-3125E3) and 6 temperature controls (part number 3101-11000), with strict adherence to preservation and packaging standards outlined in MIL-STD-2073-1E and marking requirements per MIL-STD-129R. These components are critical for the operation of the main diesel and ship service generator engines onboard the icebreakers. Interested vendors must submit their quotes by December 18, 2025, with delivery required by February 20, 2026. For inquiries, contact Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Alan Randolph at Alan.K.Randolph@uscg.mil.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    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.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    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.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.