Depoe Bay Housing Crawl Space Drainage System Repair
ID: 70Z03325QSEAT15853Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

PIPE AND CONDUIT, NONMETALLIC (5630)

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 proposals for the installation of a drainage and sump pump system at its Depoe Bay Housing unit located at 30 Jewel Ct., Depoe Bay, Oregon. The project aims to address excessive water accumulation in the crawl space by implementing a full perimeter interior drainage system, sealing foundation vents, and insulating the foundation to prevent future water intrusion. This procurement is set aside for small businesses under NAICS code 237990 and is expected to be awarded as a firm fixed-price contract. Interested contractors must submit their proposals by August 18, 2025, and are encouraged to schedule a site visit by August 7, 2025, to ensure accurate bidding. For further inquiries, contact Michelle Myhra at michelle.m.myhra2@uscg.mil or by phone at 571-613-0114.

    Files
    Title
    Posted
    The Acquisition.GOV Smart Matrix Table is a comprehensive compilation of federal acquisition regulations, provisions, and clauses. It lists numerous items, each identified by a unique number (e.g., 52.203-2), an effective date, and the prescribing regulation in the Federal Acquisition Regulation (FAR) system. The table categorizes each entry as either a "Provision" (P) or "Clause" (C) and indicates its applicability to federal contracts (FP CON). The document covers a wide range of topics critical to government contracting, including ethical conduct, conflict of interest, data security, small business programs, labor standards, environmental compliance, intellectual property, financial matters, and contract administration. It also includes specific requirements for construction contracts, international procurement, and disaster or emergency area considerations. The purpose of this document is to provide a structured reference for government contracting professionals to ensure compliance with federal procurement policies and regulations.
    The Smart Matrix Table from Acquisition.GOV lists key federal acquisition provisions and clauses with their effective dates, prescribed regulations, and applicability (P for Provision, C for Clause; R for Required). This document is crucial for understanding compliance requirements in federal contracting, grants, and RFPs. It covers areas such as anti-kickback procedures, contractor whistleblower rights, prohibitions on certain telecommunications and IT hardware/software (e.g., Kaspersky Lab, specific telecommunications equipment, and UAS from covered foreign entities), combating human trafficking, prompt payment, and policies against text messaging while driving. The table also includes alternate versions of some clauses, indicating flexibility or specific conditions for their use, and highlights ongoing updates to ensure federal procurement aligns with current legal and policy standards, such as those related to supply chain security and small business subcontractor payments.
    The document is a Standard Form 1449 (SF 1449) used for federal government solicitations and contracts, specifically for Women-Owned Small Business (WOSB) acquisitions. It details a request for quote (RFQ) for installing a drainage and sump pump system to remove excessive water from a crawl space and insulate the foundation to prevent future water intrusion. Key sections include fields for solicitation and contract information, award details, offer due dates, issuing and administering offices, and payment information. It outlines the scope of work, including quantities, unit prices, and total amounts. The form also specifies clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and includes sections for contractor and government signatures, emphasizing compliance and proper execution of the agreement.
    The U.S. Coast Guard is soliciting proposals for critical crawl space repairs at its Depoe Bay Housing unit located at 30 Jewel Ct., Depoe Bay, OR 97341. The scope of work requires the contractor to install a full perimeter interior drainage system with a sump pump, a rain-drain system discharging to the street, seal foundation vents and walls, install Tera Blocks with a 20Mil liner, and spray foam insulate the underside of the floor/joists to achieve an R12 insulation factor. The work must be completed within 30 days of the contract award. The contracting officer is Michelle Myhra, and the unit point of contact is DCC Bracken Rummell. A contract manager is required, and all invoices must be submitted electronically via the Invoice Processing Platform (IPP). The government will provide 110V electrical, potable water, and dedicated electrical outlets for pumps, and will remove organic material and insulation from the crawl space. The contractor is responsible for furnishing all other necessary items and services. All work must comply with OSHA Safety and Health Standards, 29 CFR Part 1926.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for tank and bilge cleaning services for its vessels, with the contract set aside for small businesses. The procurement involves a requirements contract with a base period of 12 months and four optional 12-month periods, requiring compliance with a detailed Statement of Work that includes various cleaning and disposal tasks at the U.S. Coast Guard Yard in Baltimore, Maryland. This contract is crucial for maintaining the operational readiness and environmental compliance of Coast Guard vessels, ensuring safe and efficient waste management practices. Proposals must be submitted by December 8, 2025, at 14:00 EST, and interested vendors can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    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 entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    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.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project involves removing and replacing a 9FT x 48FT flat roof section, installing flashing and sealant, and disposing of old roofing materials, with a performance period of 45 calendar days. This procurement, estimated to be under $25,000, emphasizes compliance with federal, state, and local regulations, including safety and environmental standards. Interested contractors should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, and are encouraged to schedule site visits with MKC Gavin Kozak at (915) 238-8287 to develop accurate quotes.
    Dredge Entrance Channel (FY26) CG Station Eaton’s Neck
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for maintenance dredging of the entrance channel at USCG Station Eaton’s Neck in Northport, New York. The contractor will be responsible for mechanically dredging approximately 6,000 cubic yards of sand, gravel, and cobbles, ensuring that navigation through the channel remains unobstructed at all times, with all work to be completed by March 24, 2026, due to permitting restrictions. This project is a total small business set-aside, with an estimated value between $500,000 and $1,000,000, requiring a 20% bid guarantee and performance and payment bonds. Interested bidders must submit their proposals by December 23, 2025, and can contact Cintia Desrosiers-Rivera at Cintia.m.desrosiers-rivera@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil for further information.