Purchase and Installation of Heavy Duty Ramp
ID: 70Z03126RALAM2005Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ALAMEDA(00031)ALAMEDA, CA, 94501, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MATERIAL HANDLING EQUIPMENT, NONSELF-PROPELLED (3920)

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 bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, number 70Z03126RALAM2005, issued on November 26, 2025, is an Invitation for Bid (IFB) for a total small business set-aside project. The project, titled "Provide and Install Modular Truck / Boat Trailer / Forklift Ramp," has an estimated magnitude of $25,000 to $100,000. The NAICS code is 332999, with a size standard of 750 employees. Offerors must be registered at SAM.gov and can arrange a non-mandatory site visit by contacting Shawn Jenkins and Angela Barker. Performance is required to commence within 7 calendar days and be completed within 30 calendar days of receiving the award or notice to proceed. Offers are due by 1:00 PM local time on December 10, 2025, via email to shawn.t.jenkins@uscg.mil. Key clauses include those related to Buy American Act, whistleblower rights, and various FAR provisions. Invoices will be submitted through the Invoice Processing Platform (IPP).
    The document, titled
    The U.S. Coast Guard requires a contractor to design, fabricate, and install a modular, heavy-duty ramp system at its Weslaco, TX facility. This ramp will allow safe truck and boat trailer access to an existing loading dock, accommodating a minimum 26,000 lbs load. The project emphasizes compliance with OSHA, IBC, and ASTM standards for structural integrity, corrosion resistance, and safety. Key specifications include an 8% maximum slope, 11'-6" minimum working width, and hot-dip galvanized decking with secure traction. The contractor must also provide dock plates to bridge the ramp-to-dock gap and high-visibility handrails. Installation requires a minimum of three years' experience, professional engineering submittals, and adherence to strict safety protocols. Final acceptance hinges on verification of alignment, load testing, and quality inspection.
    This government file, General Decision Number TX20250255, issued on March 14, 2025, sets prevailing wage rates for building construction projects in Hidalgo County, Texas, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended). The document also details specific wage and fringe benefit rates for various crafts like Boilermakers, Power Equipment Operators, Ironworkers, and Plumbers, as well as a range of other construction trades. It includes information on Executive Order 13706 regarding paid sick leave for federal contractors and the process for appealing wage determinations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Work Platforms for Blasting, Painting, and Welding
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from interested parties for the construction or fabrication of semi-permanent work platforms intended for blasting, painting, and welding operations on vessels up to 154 feet in length at the Coast Guard Yard in Baltimore, Maryland. The platforms must facilitate maintenance tasks while being movable by industrial equipment, and they should adhere to specific design requirements outlined in the attached product specification sheet. Interested vendors are invited to submit their responses to a Request for Information (RFI) by December 8, 2025, and should direct their inquiries to Contract Specialist Linda B. Lassiter or Contracting Officer Representative Marie C. DeVisser via the provided email addresses. This opportunity is part of market research and does not constitute a solicitation for proposals at this time.
    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 a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    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.
    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.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    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.
    COUPLING,SHAFT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide two hydraulic couplings under Request for Quote 70Z08526Q30006B00. The procurement requires the couplings to meet specific Coast Guard manufacturing standards and be delivered by January 16, 2026, with quotes due by December 16, 2025, at 12 PM EST. These hydraulic couplings are critical components for the Coast Guard's operational equipment, ensuring reliability and performance in various maritime applications. Interested vendors must be registered in SAM.gov, adhere to strict quality assurance protocols, and submit invoices via IPP.gov, with shipping to Baltimore, MD, included in the total price.