Military Housing Maintenance – San Francisco Bay Area
ID: 70Z08425RALAM0002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDLOG-9NORFOLK, VA, 23510, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for comprehensive housing maintenance services in the San Francisco Bay Area, covering locations in Alameda, Novato, Petaluma, and Yerba Buena Island. The procurement aims to secure janitorial, grounds maintenance, and repair services for military housing facilities, ensuring compliance with safety and historical preservation standards. This contract, structured as an Indefinite-Delivery, Indefinite-Quantity (IDIQ) agreement, will span from September 15, 2025, to March 31, 2030, with a base period and four optional extensions. Interested contractors must submit their proposals by July 28, 2025, to Jessica P. Adkisson at jessica.p.adkisson@uscg.mil, and are encouraged to attend a site visit scheduled for July 14-15, 2025.

    Point(s) of Contact
    Jessica P. Adkisson
    jessica.p.adkisson@uscg.mil
    LAWSON, Ms. SUSAN B
    SUSAN.B.LAWSON@USCG.MIL
    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) is issuing a Request for Proposal (RFP) for Comprehensive Housing Maintenance Services in the Bay Area, California, under the Contracting Authority of the Department of Homeland Security (DHS). This competitive solicitation targets 8(a) Small Business Firms and follows the Federal Acquisition Regulation (FAR) stipulations. The selected contractor will provide maintenance personnel and supervision for housing facilities at four USCG locations: Alameda, Novato, Petaluma, and Yerba Buena Island, along with grounds maintenance and janitorial services in Alameda. The contract spans from September 15, 2025, to March 31, 2030, with a base period and four option years. The contract employs an Indefinite-Delivery, Indefinite-Quantity (IDIQ) structure, where services are ordered via task orders. Offerors must acknowledge amendments, follow proposal submission guidelines, and adhere to mandatory clauses outlined in the solicitation. Key administration will be handled by specific USCG representatives, and invoices must be processed electronically through the Invoice Processing Platform. The solicitation emphasizes compliance with various federal regulations and aims to ensure high-quality service provision while supporting small business engagement.
    The document outlines the maintenance and service requirements for the Marina Village Housing complex in Alameda, California, previously Navy housing, now managed by the US Coast Guard. It specifies the contractor's obligations for urgent and emergency repairs, including establishing a service call center with a toll-free number, logging service calls, and categorizing priorities based on urgency. Immediate action is mandated for emergency situations which pose safety hazards, with a two-hour response time, while urgent requests require completion within three working days. The document also details grounds maintenance responsibilities, including regular lawn care, irrigation system checks, and pest control, emphasizing adherence to environmental regulations and proper management of herbicides. Additionally, the contractor must maintain recreational areas and ensure compliance with safety standards. Regular inspections of appliances and utility systems are required, along with detailed reporting duties and documentation of incidents. The overall aim is to ensure a safe, clean, and well-maintained living environment for residents while aligning with federal and local regulations governing property management and maintenance services.
    The Novato Housing management document outlines the maintenance and repair services required for two types of housing: multiplex apartments (The Knolls) and Spanish-style single-family homes, with specifications for each type. It emphasizes compliance with the National Historic Preservation Act, particularly for historically registered buildings. The document details service call protocols, including urgent and emergency responses, tracking and prioritizing service requests, and contractor responsibilities for maintenance logs. The contractor must establish a service call center available 24/7 and respond to various urgent issues, such as plumbing leaks or electrical failures. Resident responsibilities are also outlined, including minor maintenance and pest control, while the contractor handles more significant repairs and damage assessments. A comprehensive system for recording service requests and maintenance history is required. Also specified are processes for handling utility outages, disaster response, and pest control, including a strict adherence to inventory control, equipment repairs, and safety protocols. The document serves as a comprehensive framework for providing maintenance services within government housing, ensuring safety, sustainability, and regulatory compliance.
    The document outlines housing and contract details for the United States Coast Guard training center in Petaluma, California, focusing on housing management and maintenance for personnel. It describes the housing units, which comprise 127 units built from 1949 to 1985, including duplexes, townhouses, and a standalone unit. Key contractor responsibilities include addressing emergencies, disaster response, vandalism reporting, property damage reporting, and providing home maintenance services, such as landscaping and equipment installation. The contractor must adhere to stringent security protocols when accessing the base, including employee identification and compliance with COVID-19 guidelines. The document details a comprehensive list of tasks (Contract Line Item Numbers) related to routine maintenance and repairs, including specific thresholds for actions like appliance replacement and painting. Furthermore, it outlines protocols for identifying appliances beyond economical repair and their proper disposal. This documentation serves as part of the government’s Request for Proposals (RFPs) aiming to enhance service delivery and safety within military housing while promoting efficient operations and maintenance practices.
    The Past Performance Questionnaire is a crucial component of federal and state contracting processes. It gathers detailed information regarding a contractor's execution of past projects, assessing their performance against multiple criteria. The questionnaire includes sections for general contractor information, respondent details, and a performance evaluation scale from "Exceptional" to "Unsatisfactory." Key performance indicators include management competency, staffing quality, adherence to schedules, and problem resolution. Respondents must rate contractor performance on these aspects and share insights on any instances of contractual discrepancies and overall satisfaction with the contractor's work. The document aims to ensure that only qualified contractors with a track record of reliability and effective problem-solving are considered for future awards. This process aligns with government RFP requirements, emphasizing transparency and accountability in procurement practices.
    The document outlines a federal Request for Proposal (RFP) for maintenance and repair services at Coast Guard facilities, specifically targeting housing infrastructures in Alameda, Novato, and Yerba Buena Island, California. The schedule includes various contract line item numbers (CLINs), detailing specific tasks such as service calls, pest control, grounds maintenance, and repairs for different units and facilities, with quantities, unit prices, and total estimates provided for each entry. Key aspects include a comprehensive list of maintenance activities to be conducted under a Firm-Fixed Price (FFP) structure, where contractors must submit pricing for each specific CLIN based on the scope defined in the Performance Work Statement (PWS). Additional CLINs incorporate labor costs, especially for trades like carpentry, plumbing, and electrical work, alongside required inspections and pest control measures. Overall, the document serves to facilitate contractors’ understanding of the necessary maintenance services, ensuring compliance with federal guidelines while promoting efficiency in executing housing facility upkeep. The detailed price breakdown emphasizes transparency in bidding for government contracts within the maintenance sector.
    The document outlines a comprehensive Request for Proposal (RFP) for maintenance and repair services at Coast Guard Housing Facilities located in Alameda, Novato, and Yerba Buena Island, California. It specifies a contract base year from September 15, 2025, to March 31, 2026, with detailed contract line item numbers (CLINs) for various services including monthly pest control, grounds maintenance, service calls, and inspection reports. The RFP highlights that bidders must provide firm-fixed prices for specified services related to housing maintenance, ensuring detailed compliance with the Performance Work Statement (PWS). Additionally, the structure of the RFP includes both base and option years, detailing tasks such as cleaning, repairs, inspections, and pest control across multiple residential units. The emphasis is on ensuring contractors propose accurate costs linked to individual CLINs to facilitate budgeting and oversight. This document serves to formalize the procurement process while ensuring the necessary upkeep and functionality of military housing units, reflecting the government’s commitment to maintaining safe and habitable living conditions for personnel.
    The document outlines a Request for Proposals (RFP) for housing maintenance and repair services at Coast Guard facilities in Alameda, Novato, and Yerba Buena Island, California. The contract spans from September 2025 to March 2026, detailing various service needs including service calls, pest control, grounds maintenance, and inspections. Each service is categorized under different Contract Line Item Numbers (CLINS) with specified quantities and units, although all unit prices and total costs listed are currently $0.00. The RFP emphasizes that bidders should provide pricing specifically related to each CLIN, ensuring that costs reflect the services required. Services include routine inspections, emergency repairs, and monthly pest control for the residences at these military facilities. The aim is to maintain the housing units and surrounding areas efficiently, ensuring compliance with governmental standards. This structure underpins a strategic approach to uphold facility integrity while meeting operational requirements.
    The document outlines the Schedule of Supplies/Services and Prices/Costs related to a federal Request for Proposal (RFP) for housing maintenance and repair services at Coast Guard Base Alameda, covering services at several locations, including Novato and Yerba Buena Island in California. It details various Contract Line Item Numbers (CLIN), with quantities and unit prices indicating no costs have been finalized. The schedule includes a wide range of services, such as service calls, grounds maintenance, pest control, cleaning, inspections, repairs, and renovations of residential units. The contract's base year is set from September 31, 2025, to March 31, 2026, with an option to extend from April 1, 2026, to March 31, 2027. Offerors are instructed to propose specific costs for each CLIN, reflecting the direct or indirect expenses related to the associated services. The document emphasizes the importance of compliance with the Performance Work Statement, ensuring that the municipal housing facilities meet operational standards. This RFP serves to maintain and improve housing facilities, enhance living conditions, and provide adequate maintenance to ensure functionality and safety for the Coast Guard personnel residing in these quarters.
    The USCG Bay Area Housing RFP, Solicitation No. 70Z08425RALAM0002, addresses numerous inquiries regarding contract specifications and requirements for housing maintenance in the Bay Area, California. Key areas of clarification include definitions of recent past performance, evaluation criteria for technical approaches, and the limits on personnel submissions. A revised pricing sheet is requested due to discrepancies in contract duration and pricing format. The document highlights the need for contractors to provide details on pest services, maintenance responsibilities, and historical service call data to ensure accurate proposals. Additional queries touch on grounds maintenance, recreational area specifications, exterior light inspections, utility systems responsibilities, and janitorial services for the housing office. The USCG has provided responses that confirm necessary actions, project details, and responsibilities for contractors, such as confirming service call frequencies and maintenance structures. Overall, the document aims to clearly outline the expectations and requirements for contractors, fostering a well-informed bidding process while ensuring compliance with operational standards and safety regulations in serving USCG housing facilities.
    The document outlines the Statement of Work (SOW) for a contract to provide housing maintenance services for the United States Coast Guard (USCG) facilities in the San Francisco Bay Area. It details the geographic scope covering four main areas: Alameda, Yerba Buena Island, Novato, and Petaluma, which includes various historic homes and housing units for military personnel. The contractor is tasked with comprehensive maintenance, repair, and grounds upkeep for Military Family Housing and Guest Facilities, adhering to safety and historical preservation standards. The SOW specifies contract types, including annual fixed-price work, a "Pick List" for minor repairs, and Indefinite Delivery Indefinite Quantity (IDIQ) work for larger projects. Contractors must manage personnel, comply with regulations, maintain necessary licenses, and ensure quality through a detailed plan and regular reports. The performance period consists of a one-year base contract with four optional one-year extensions. The document emphasizes the importance of contractor accountability for operational quality, safety, and adherence to government protocols, including a detailed Quality Control Program. Overall, the SOW seeks to ensure effective management and upkeep of USCG housing facilities, ensuring they remain safe, habitable, and compliant with all applicable standards.
    The document outlines the deliverables required from a contractor as part of a federal contract, detailing specific reports and plans to be submitted at various intervals. Key deliverables include Status Reports, Safety Plans, Accident Reports, monthly Recycling and Playground Reports, and annual Fire Hydrant maintenance reports, each linked to standard operating procedures (SOW) or appendices. The due dates for these submissions range from immediate post-award timelines (e.g., within 15 days) to ongoing and as-needed reporting schedules, ensuring compliance and oversight. Responsibilities are principally designated to the Contracting Officer Representative (COR) and the Contracting Officer (KO). Specific areas of focus include equipment and personnel management, safety compliance, and regular assessments of environmental impacts, which are essential for maintaining operational standards throughout the contract period. This comprehensive list serves to ensure accountability and timely delivery of service-related outputs necessary for effective contract administration.
    The document, identified by Solicitation Number 70Z08425RALAM0002, details housing units located in various states, including Oregon, Utah, Pennsylvania, Alaska, and Oklahoma. It encapsulates a variety of housing types, primarily duplexes and townhouses, ranging in size from approximately 1,100 to 2,570 square feet. Each unit is described with specifications such as the number of stories, bedrooms, bathrooms, type of unit, and year built, indicating a mix of properties constructed between 1949 and 1985. The document serves as a resource for prospective bidders, outlining specific properties that may be included in federal initiatives, such as Request for Proposals (RFPs) for housing development or renovation contracts. This structured inventory of housing units aims to inform stakeholders about existing assets and facilitate planning for government-funded projects aimed at providing or improving housing options within the specified regions.
    The document outlines the specifications for Alameda Housing as part of Solicitation Number 70Z08425RALAM0002. It presents a comprehensive inventory of residential units, detailing their addresses, dimensions, heights, number of bedrooms, bathrooms, types, and construction years, all from 1991. The housing options primarily consist of apartments, ranging in size from 900 to 1400 square feet, with various configurations, including two and three-story structures as well as single-level homes. Each listing offers a brief overview of unit features which include varying numbers of bedrooms and bathrooms. This information is crucial for prospective government contractors and grant applicants in understanding housing resources available for potential projects. The focus on the uniform build year indicates strategic planning for maintenance and budgeting considerations. The data serves as a foundational reference for initiatives aimed at improving housing conditions or developing community programs.
    The document outlines details regarding housing units associated with Solicitation Number 70Z08425RALAM0002, focusing on various properties in Novato, California. It categorizes units into different types, including apartments, singles, and duplexes, along with their characteristics such as address, net square footage, number of bedrooms, bathrooms, unit type, and year built. The properties primarily consist of apartments built in 1989 and single-family homes from the early to mid-20th century. Several units are designated as "in caretaker status," indicating maintenance or administrative oversight. Key sections include listings for Knolls Apartments, Spanish Style Housing, and Guest Housing Units, with each section providing similar descriptive details for individual properties. This document serves as a resource for understanding available housing options under federal and local initiatives, potentially relevant for RFPs, federal grants, and housing development programs aimed at enhancing community living resources. It exemplifies the government's commitment to maintaining and managing residential facilities.
    The document outlines housing information for Yerba Buena Island, detailing specifics about three residential quarters designated for unit types with descriptions including size, bedroom and bathroom count, and year built. Quarters A is a single-family unit measuring 4,300 square feet, built in 1875, featuring three bedrooms and 3.5 bathrooms. Quarters B is similar in type but smaller at 1,745 square feet, built in 1900, with three bedrooms and 2.5 bathrooms. Quarters C also built in 1900, offers 2,130 square feet with the same bedroom and bathroom configuration. This succinct presentation of housing indicates its relevance for potential federal or local housing development opportunities or historical preservation efforts, illustrating the government's focus on addressing housing needs and preserving historical structures within its portfolio. Overall, the file serves as an informational resource for bidders or grant applicants related to housing initiatives.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    Request for information - Juneau Family Housing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information regarding the direct lease of new construction housing in Juneau, Alaska, with the potential for eventual acquisition. The project aims to secure sixty-one housing units, including a mix of one to four-bedroom units, with specific requirements for accessibility and compliance with local, state, and federal standards. This initiative is crucial for accommodating Coast Guard personnel and their families stationed in the area, and interested developers are encouraged to submit their proposals, including details on property specifications and potential for expansion. For further inquiries, interested parties can contact David Brumley at David.E.Brumley@uscg.mil or by phone at (510) 637-5529.
    USCGC Alder Fire Main Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform fire main repair work on the USCGC Alder (WLB 216) in San Francisco, California. The project involves renewing fire main piping and related systems, requiring the contractor to follow specific guidelines for protective measures, fluid handling, and installation of new piping, including labeling and insulation. This work is critical for maintaining the operational readiness and safety of the vessel, with the performance period scheduled between December 2025 and March 2026. Interested contractors, particularly small businesses, should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil for further details and to ensure compliance with all applicable regulations.
    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.
    Hull Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to conduct hull repairs on the MSST 91105 vessel located in Alameda, California. The project requires the contractor to provide labor, equipment, specialty materials, and facilities to perform various repair tasks, including the removal and reinstallation of the sponson, repairing specific damaged areas, and ensuring compliance with all relevant regulations. This hull repair is critical for maintaining the operational readiness and safety of the vessel. Interested contractors should contact Joshua Richardson at joshua.c.richardson2@uscg.mil or call 206-820-0174, with work expected to commence within 21 days of contract acceptance and completed within 20 working days from the scheduled haul-out.
    CIVIL DESIGN INDEFINITE DELIVERY CONTRACTS (IDCs) WITHIN SAN FRANCISCO DISTRICT AND SOUTH PACIFIC DIVISION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, San Francisco District, is seeking qualified architect-engineer firms for Civil Design Indefinite Delivery Contracts (IDCs) within its jurisdiction and the South Pacific Division. The procurement aims to secure multiple contracts for civil engineering and architectural services, focusing on projects such as flood control, navigation, environmental restoration, and infrastructure design, with a total shared capacity of $90 million over a three-year base period, with options for two additional years and a six-month extension. This opportunity is set aside for small businesses, and interested firms must demonstrate specialized experience, technical competence, and strong past performance on Department of Defense contracts. Submissions are due by December 10, 2025, via DoD SAFE, and firms are encouraged to attend a virtual pre-proposal conference on November 18, 2025, for further clarification on the requirements. For inquiries, contact Lisa Ip at lisa.i.ip@usace.army.mil or Nairi Freeman at nairi.freeman@usace.army.mil.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with an estimated contract value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Sean Waldron at sean.e.waldron@uscg.mil for further information.
    Pilot Locker Restroom Renovation
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.