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

Buyer

DEPARTMENT OF HOMELAND SECURITYUS 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 qualified contractors to provide and install a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to facilitate safe access for trucks and boat trailers to an existing loading dock, requiring the ramp to support a minimum load capacity of 26,000 lbs and adhere to various safety and structural standards. This procurement is critical 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 December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details and site visit arrangements.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses 35 questions and answers regarding a government solicitation for fabricating and installing a fixed yard ramp from ground to dock, intended for moving full-size pickup trucks and boat trailers. Key specifications include the ramp's fixed position, the requirement for handrails, and its use for multiple shifts daily. The project also involves removing an existing door and installing a new 14x14 foot door. The dock is approximately 48 inches high, and the dock door is flush with its edge. The contractor is responsible for fabricating a dock plate to cover an existing pit leveler, with approximate dimensions provided in
    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).
    This amendment, identified as Standard Form 30 (REV. 11/2016), modifies solicitation number 70Z03126RALAM2005, dated December 9, 2025. The purpose of this amendment is to change the closing date for offers. The new solicitation closing date is December 17, 2025, at 1:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer. If an offeror wishes to change a previously submitted offer due to this amendment, such changes must be made via letter or electronic communication, referencing the solicitation and amendment, and must be received before the new opening hour and date.
    This government document is an amendment to a solicitation or a modification of a contract, identified as Standard Form 30. Its primary purpose is to provide instructions on how offerors must acknowledge receipt of amendments, detailing methods such as completing specific items on the form, acknowledging on offer copies, or sending separate communications. Failure to acknowledge receipt promptly may lead to the rejection of an offer. The amendment also outlines procedures for changing already submitted offers. This specific amendment, numbered 70Z031, serves to provide answers to submitted questions, site photos, and a basic sketch of a dock plate, referring to a Q&A attachment and Exhibit B for details. The document specifies various identifying codes and dates related to the contract or solicitation, and it includes sections for contractor/offeror and contracting officer signatures. It clarifies that all other terms and conditions of the original document remain unchanged.
    This amendment to solicitation 70Z03126RALAM2005, dated 11/26/2025, addresses a question regarding the use of aluminum for a ramp instead of steel. The government has no issue with the use of aluminum, provided it meets the Statement of Work (SOW) requirements, including a minimum weight capacity of 26,000 lbs. This requires validation by a welding engineer to ensure material specifications and standards are met. Offerors must acknowledge this amendment by completing items 8 and 15, acknowledging on each offer copy, or by separate communication, with failure to acknowledge potentially leading to rejection of the offer.
    The document, titled
    This document, titled "USCG Site Conditions & Photographs," provides a concise overview of visual documentation related to the exterior and interior conditions of a United States Coast Guard (USCG) site. It also specifically notes the condition of the "Transition Plate of Dock Leveler." Given the context of government RFPs, federal grants, and state/local RFPs, this document likely serves as an attachment or supporting evidence for a larger proposal, bid, or grant application. The photographs and descriptions of site conditions would be crucial for contractors or grant applicants to assess the scope of work, potential challenges, or existing infrastructure when preparing their submissions for projects involving maintenance, repair, construction, or upgrades at a USCG facility.
    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
    Loading similar opportunities...