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
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 8:00 PM UTC
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
Jan 16, 2025, 11:12 PM UTC
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.
Jan 16, 2025, 11:12 PM UTC
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.
Jan 16, 2025, 11:12 PM UTC
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.
Jan 16, 2025, 11:12 PM UTC
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.
Jan 16, 2025, 11:12 PM UTC
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
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HVAC Replacement Alki Quarters A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace the natural gas furnace at Alki Quarters A in Seattle, Washington. The contractor will be responsible for all aspects of the project, including personnel, equipment, and compliance with federal, state, and local regulations, ensuring the installation of a high-efficiency furnace that meets operational standards. This project is crucial for maintaining efficient heating solutions in government facilities, and it emphasizes the importance of safety and regulatory compliance throughout the process. Interested contractors must submit their quotes by May 7, 2025, and are encouraged to schedule a site visit by April 28, 2024, with all inquiries directed to Michelle Myhra at Michelle.M.Myhra2@uscg.mil.
70Z03025QCLEV0056 - U.S. Coast Guard Sector Northern Great Lakes Housing Units Flooring Replacement Project
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the flooring replacement project at the Sector Northern Great Lakes Housing Units located in Lake Isabella, Michigan. The project requires the provision of all labor, materials, equipment, and supervision necessary for the removal of old flooring and installation of new flooring in various housing units, with completion expected by September 1, 2025. This initiative is crucial for maintaining the quality of living conditions for Coast Guard personnel and their families. Interested contractors should prepare to submit their proposals, with an estimated contract value between $25,000 and $100,000, and direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL.
HEAT PUMP REPLACEMENT AT USCG STATION GEORGETOWN, SC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide firm fixed-price quotes for the replacement of a failing 4-ton coastal coated heat pump at Station Georgetown, South Carolina. The contractor will be responsible for all labor, materials, and tools necessary for the installation, including the removal of the existing system in compliance with EPA standards and ensuring the new unit meets a minimum SEER rating of 15. This procurement is vital for maintaining operational efficiency and environmental compliance at the military installation. Interested vendors must submit their quotes via email by 5:00 PM EST on April 30, 2025, and are encouraged to schedule a site visit to assess the project requirements before bidding. For further inquiries, contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730.
70Z03025QCLEV0072 - U.S. COAST GUARD ST. IGNACE FAMILY HOUSING FLOORING REPLACEMENT PROJECT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the St. Ignace Family Housing Flooring Replacement Project in Michigan. The project involves the removal of existing carpet and installation of laminate wood or vinyl flooring across three housing units, requiring contractors to provide all necessary labor, materials, equipment, and supervision. This initiative is crucial for maintaining the quality of housing for service members and their families, ensuring compliance with federal guidelines and local codes. The estimated contract value ranges from $25,000 to $100,000, with a performance period not exceeding 60 calendar days from the award date. Interested parties should contact George A. Bermeo at george.a.bermeo@uscg.mil or 571-610-3240 for further details and must register under solicitation number 70Z03025QCLEV0072 to receive notifications regarding the bidding process.
70Z03025QCLEV0048- Sector Northern Great Lakes Housing Units Painting Project
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Sector Northern Great Lakes Housing Units Painting Project, identified by solicitation number 70Z03025QCLEV0048. The project requires the provision of all labor, materials, equipment, and supervision necessary for painting residential housing units in Lake Isabella, Michigan, with completion expected by September 1, 2025. This procurement is crucial for maintaining and improving housing conditions for Coast Guard personnel, with an estimated contract value ranging from $25,000 to $100,000. Interested contractors should direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL, and must register for notifications regarding the solicitation documents, which will be available online shortly.
70Z03025QCLEV0071 - U.S. COAST GUARD CHEBOYGAN FAMILY HOUSING PAINTING PROJECT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the Cheboygan Family Housing Painting Project in Cheboygan, Michigan. The project involves providing all necessary labor, materials, equipment, and supervision to paint four housing units, with a completion timeframe not exceeding 60 calendar days from the award date. This procurement is crucial for maintaining the quality and appearance of Coast Guard housing facilities, and it emphasizes compliance with federal regulations, including environmental standards and wage determinations under the Davis-Bacon Act. Interested contractors should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, with the estimated contract value being less than $25,000. The due date for offers will be established upon issuance of the Request for Quote.
Mat Sinking Unit Hot Water Replacement
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is seeking qualified contractors for the replacement of a hot water boiler on Power Barge 5014. The procurement involves the removal of the existing boiler and the installation of a new 300 horsepower hot water boiler that complies with ASME boiler codes and includes necessary safety features. This project is critical for maintaining operational efficiency and safety standards on the barge, with a completion deadline set for July 31, 2025. Interested small businesses must submit their quotes electronically by April 30, 2025, and can direct inquiries to Afton Riles at Afton.Riles@usace.army.mil or by phone at 601-631-5813.
USCGC WAESCHE WASHER AND DRYER REQUEST
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of replacement washers and dryers for the CGC WAESCHE. The objective is to acquire six commercial-grade washers and six dryers that can withstand heavy usage aboard a ship, supporting a crew of over 150 personnel during extended deployments. These appliances must meet specific operational requirements, including compatibility with existing equipment and the ability to fit through non-tight and watertight doors on the vessel. Interested vendors should note that the delivery of the equipment is required within five weeks of contract award, and they can contact Patrick Sickel at patrick.k.sickel@uscg.mil or MKCS David Spencer at David.E.Spencer@uscg.mil for further inquiries.
USCG Station New Orleans Sewage Pump replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the sewage pump at the Coast Guard Station in New Orleans, Louisiana. The project involves the installation of a new sewage pump, associated piping, and the diagnosis and repair of electrical issues related to float switches and relays. This procurement is critical for maintaining the operational efficiency of the facility's sewage system, ensuring compliance with plumbing and electrical codes. Interested small businesses must submit their quotes by 3:00 PM CST on May 12, 2025, and are encouraged to conduct a site visit prior to bidding; all inquiries should be directed to Belinda A. Robinson at belinda.a.robinson@uscg.mil.
70Z03025QCLEV0067 - U.S. Coast Guard Station St. Ignace Family Housing Painting Project
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the Family Housing Painting Project at the USCG Station in St. Ignace, Michigan. The project involves providing all necessary labor, materials, equipment, and supervision to paint five family housing units, with specific requirements outlined in the Statement of Work, including surface preparation and adherence to safety and regulatory standards. This procurement is estimated to be under $25,000, and interested contractors are encouraged to conduct site visits to develop accurate quotes, with all inquiries directed to the primary contact, George A. Bermeo, at george.a.bermeo@uscg.mil or 571-610-3240. The period of performance is expected to be completed within 60 calendar days from the date of award, and all relevant solicitation documents can be accessed online.