Exhaust removal system inspection, testing, maintenance and repair
ID: 70Z08125QELIZ00001Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

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 qualified small businesses to provide inspection, testing, maintenance, and repair services for the Plymovent Exhaust Removal System at Base Elizabeth City, North Carolina. The contractor will be responsible for all necessary labor, materials, and equipment, including conducting quarterly inspections and performing repairs as needed, while ensuring compliance with safety regulations and maintaining quality control throughout the contract. This procurement is crucial for ensuring the operational efficiency and safety of exhaust removal systems, with a firm-fixed price contract anticipated. Interested parties must submit their quotes by noon Eastern Time on October 29, 2024, via email to the primary contact, SK1 Luis R. Perez, at luis.r.perez1@uscg.mil, and must have an active vendor record at SAM.gov to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Offeror Representations and Certifications for Commercial Products and Services," specifying the requirements for entities bidding on federal contracts. It mandates that offerors complete certain certifications related to their business size and ownership, including classifications for small businesses, veteran-owned, and women-owned concerns, as well as compliance with federal regulations like the Buy American Act and prohibitions on child labor. Key definitions clarify terms such as "immediate owner," "small business concern," and "manufactured end product." The document emphasizes the need for offerors to affirm product origin and compliance with various labor and contract standards, especially regarding environmental and ethical practices. Additionally, it stresses the prohibition against employing telecommunications services that do not meet federal security standards. The structured nature of the document facilitates a comprehensive approach to ensure that participating contractors meet federal compliance requirements, supporting fair competition and transparency in government procurement processes.
    The government solicitation invites bids for the inspection, testing, maintenance, repair, and service of exhaust removal equipment at the USCG Base Elizabeth City, NC. This procurement is exclusively for small businesses under the NAICS code 561210, with a firm price contract specified. Offers must be submitted by noon Eastern Time, October 29, 2024, via email, and should include completed blocks of the SF 1442 form. Site visits are encouraged but not mandatory, and inquiries must be submitted in writing by September 11, 2024. The solicitation allows the government to cancel at any time, and it emphasizes that contractors must have an active vendor record at SAM.gov to be considered eligible. The document stresses timelines for quoting, performance acceptance, and bond requirements, aiming to ensure a competitive bidding process and adherence to federal procurement regulations. Overall, it highlights the government’s efforts to engage small businesses in essential service contracts while ensuring compliance with procurement standards.
    The Register of Wage Determinations from the U.S. Department of Labor outlines minimum wage and fringe benefit requirements under the Service Contract Act (SCA) for contracts in specified North Carolina counties. The document highlights two executive orders that mandate distinct minimum wage rates depending on when the contract is initiated or renewed: contracts post-January 30, 2022, require a minimum of $17.20 per hour, while agreements awarded between January 1, 2015, and January 29, 2022, mandate $12.90. The document also details various occupations, their associated wage rates, and mandatory fringe benefits, emphasizing health and welfare compensation and vacation policies. Additionally, requirements for uniform allowance and the conformance process for unlisted classifications under the SCA are included. Overall, the document serves as a resource for contractors to ensure compliance with federal wage standards in specific service contracts, fundamentally aiming to protect workers' rights and promote fair compensation in government contracting contexts.
    The document outlines a Request for Proposal (RFP) for the inspection, testing, maintenance, and repair of the Plymovent Exhaust Removal System at the U.S. Coast Guard Base in Elizabeth City, N.C. The contractor is tasked with providing all necessary labor, materials, and equipment to maintain the system, which includes conducting inspections quarterly and performing repairs as needed. Key responsibilities include appointing a qualified Project Manager, ensuring all personnel are identifiable and behave appropriately, and maintaining quality control throughout the contract. Specific work includes diagnostic evaluations, routine preventive maintenance, and compliance with safety regulations. The contractor must submit detailed reports on any deficiencies and diagnoses, while also ensuring that they conduct work during standard hours unless otherwise approved. Provisions for site restoration and cleanup following work completion are emphasized, as well as adherence to local laws regarding volatile organic compounds. Overall, the RFP ensures systematic oversight of the exhaust system's functionality while aligning with federal and operational standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Exhaust Hood Cleaning_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for exhaust hood cleaning services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement requires contractors to provide non-personal services, including regular inspection and cleaning of exhaust hoods in compliance with NFPA 96 and OSHA standards, under a firm-fixed-price contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, estimated at $110,800 over five years, includes a base year and four optional extension periods, with proposals due by November 14, 2024, and a site visit scheduled for October 22, 2024. Interested offerors should direct inquiries to Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or Mr. John Baise at john.w.baise2.civ@us.navy.mil.
    Repair of Fan and Cab Fan for the HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for the fan and cab fan components of the HC-144 aircraft. The procurement involves the inspection, repair, and overhaul of specific aviation components, requiring contractors to be OEM-certified or FAA-approved, with adherence to rigorous quality control and environmental safety standards. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with a firm-fixed price purchase order anticipated to be awarded competitively. Interested parties must submit their quotations by October 23, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the CGC Cimarron and associated barge. The procurement involves comprehensive maintenance tasks, including hull inspections, fire prevention measures, and environmental protections, to ensure the vessels remain operationally ready and compliant with safety standards. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by October 21, 2024, and direct any inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil, with a deadline for questions set for October 16, 2024.
    Overhaul of A/C Generator for the HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul services for A/C Generators used in the HC-144 aircraft. The procurement involves a firm-fixed price purchase order for the overhaul of seven A/C Generators, which must be performed in accordance with Original Equipment Manufacturer (OEM) specifications and FAA regulations. This opportunity is critical for maintaining the operational readiness and safety of Coast Guard aviation logistics. Interested parties must submit their quotations by October 21, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil.
    CGC RESOLUTE #1 SSDG Long Block OVHL KIT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Long Block Parts Kit for the Caterpillar 3406 engine, intended for use on the USCGC ALERT. The procurement requires that all components be OEM-certified, either new or remanufactured, and must be delivered to the vessel's homeport during the week of August 12, 2024, with strict adherence to the delivery schedule. This parts kit is critical for maintaining the operational readiness of the cutter, ensuring efficient performance and compliance with federal standards. Interested vendors must submit their firm fixed price proposals by October 24, 2024, at 09:00 A.M. EST, and can direct inquiries to Jacqueline D. Handley or Damon Jones via the provided email addresses.
    USCGC CYPRESS Hydrostatic test of Installed CO2 and handheld extinguishers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to perform hydrostatic testing of fire suppression equipment aboard the USCGC CYPRESS, a 225-foot buoy tender. The contract requires testing nine high-pressure CO2 cylinders, multiple handheld extinguishers, and a galley fire suppression system, ensuring compliance with Coast Guard and NFPA regulations. This procurement is critical for maintaining the operational readiness and safety of fire suppression systems on the cutter, with all work to be conducted at a U.S. Coast Guard-approved facility in Alaska. Interested parties should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil, with final deliverables due by November 22, 2024.
    USCGC James Technical Services for Cleaning the Heat Exchanger
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified technical services for the cleaning and inspection of the heat exchanger on the USCGC James. This procurement arises from operational issues related to uncontrollable lube oil temperatures in the 2 Ships Service Diesel Generator, necessitating a commercial cleaning and testing of the heat exchanger following a controlled parts exchange with another vessel. The successful contractor will be responsible for cleaning, inspecting, and conducting a pressure test on the heat exchanger to ensure its proper functionality. Interested parties can reach out to Sean McTague at Sean.P.McTague@uscg.mil or 571-614-3888, or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil or 510-437-5438 for further details.
    Repair of Receiver/Transmitter and Antenna-Pedestal for HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for two Receiver/Transmitters and two Antenna-Pedestals for the HC-144 Aircraft. The procurement is intended to ensure the operational readiness and maintenance of critical aircraft components, with a focus on compliance with original equipment manufacturer (OEM) specifications and FAA regulations. This opportunity is particularly significant as Telephonics Corp. is identified as the sole source capable of providing the necessary repairs due to their exclusive access to proprietary technical data. Interested vendors must respond by October 23, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QL0000010.