Fire Alarm Suppression System Services for USCG Base New Orleans
ID: 70Z02926QNEWO0051Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

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 vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a focus on ensuring safety and regulatory compliance across multiple facilities. This contract is a total small business set-aside, featuring a one-year base period from January 1, 2026, to December 31, 2026, followed by four one-year option periods, extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at Joel.S.Ivy@uscg.mil by the specified deadline and ensure they are registered in SAM.gov. Additionally, contractors should review the performance work statement and consider a site visit for accurate assessments of existing conditions.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines detailed instructions, clauses, and provisions for solicitations involving commercial products and services. Key aspects include small business size standards, submission requirements for offers (such as solicitation number, technical description, price, and certifications), and the period for offer acceptance. The document also addresses procedures for product samples, multiple offers, late submissions, modifications, and withdrawals. It details the contract award process, emphasizing evaluation factors like price, technical capability, and past performance. Furthermore, it specifies how to obtain requirements documents and the necessity of a unique entity identifier for offerors. Various FAR and HSAR clauses are incorporated by reference, covering areas such as contractor ethics, small business utilization, labor standards, and safeguarding unclassified information, ensuring comprehensive compliance for federal acquisitions.
    This Performance Work Statement outlines the requirements for a multi-level fire system maintenance and inspection services contract at the U.S. Coast Guard Base New Orleans. The contractor will provide all necessary labor, tools, materials, and supervision to perform Fire Marshal Code inspections and services, ensuring compliance with local, state, and federal fire marshal codes. Key qualifications include expertise in Simplex Grinnell protection systems. The scope of work encompasses inspections and testing of various fire protection systems, including wet and dry automatic fire sprinkler systems, fire pumps, fire extinguishers, restaurant fire suppression systems, clean agent suppression systems, and fire alarm systems across multiple buildings. Initial inspections are required immediately upon award to bring systems into compliance. The contract has a one-year base period from January 1, 2026, to December 31, 2026, with four one-year option periods extending through December 31, 2030.
    This government file, Wage Determination No. 2015-5189, Revision No. 32, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in specific Louisiana parishes (Jefferson, Orleans, Plaquemines, Saint John The Baptist, St Bernard, St Charles). It details hourly rates for numerous occupations across administrative, automotive, food service, health, IT, and other sectors. The document also specifies health and welfare benefits, paid vacation (2-4 weeks based on service), and eleven paid holidays. Key provisions include requirements for paid sick leave under EO 13706, a minimum wage of $13.30 per hour under EO 13658, hazardous pay differentials (4% or 8%), and uniform allowance guidelines. It also clarifies exemptions for certain computer employees and outlines conformance procedures for unlisted occupations, emphasizing the use of the "Service Contract Act Directory of Occupations" for classification.
    The United States Coast Guard Base New Orleans is soliciting quotes for qualified individuals or firms to provide Fire Marshal Code inspections and services. This is a 100% small business set-aside acquisition with a firm-fixed price purchase order. Contractors must be registered in SAM.gov. The contract includes a one-year base period (January 1, 2026 – December 31, 2026) and four one-year option periods, extending through December 31, 2030. Quotes are to be submitted to Joel.S.Ivy@uscg.mil and must include pricing for the base year and all option years. Applicable regulations include Federal Acquisition Regulation Clauses and Department of Labor Wage Rates. The NAICS code is 541990 with a size standard of $19.5M.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FM 200
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to replace the FM-200 fire suppression cylinder on a 45’ Response Boat–Medium (RB-M) located in Charleston, South Carolina. The project entails the removal of the existing cylinder, installation of a new FM-200 cylinder, system recharging, and functional testing to ensure compliance with U.S. Coast Guard, NFPA 2001, and manufacturer specifications. This procurement is critical for maintaining the operational readiness and safety of the vessel, ensuring adherence to strict safety regulations and environmental guidelines. Interested vendors must submit their quotes via email to SKC Bryan Duffey by 10:00 AM (Eastern) on December 26, 2025, referencing solicitation number 52000PR260001597, with all work to be performed under a Firm Fixed Price Purchase Order.
    Fire Suppressions Systems
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide fire detection and suppression services at Camp Lejeune, North Carolina. The procurement includes the installation and maintenance of various fire alarm systems, including conventional and addressable systems, as well as multiple fire suppression systems such as wet/dry pipe, pre-action, clean agent, and CO2 systems. This initiative is crucial for ensuring safety and compliance with fire protection standards within military facilities. Interested small businesses, particularly those that are 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, and Economically Disadvantaged Women Owned, must submit their interest along with their business size, Cage Code, and Unique Entity Identification (UEI) Number via email by 3:00 p.m. on January 22, 2026, as this notice serves as a Sources Sought for market research purposes and is not a request for proposal.
    USCG Base New Orleans Linen Service
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide weekly linen services at the USCG Base in New Orleans, Louisiana. The contractor will be responsible for laundering and delivering specific quantities of culinary hand towels, mop heads, aprons, and chef coats, ensuring all linens meet strict cleanliness and quality standards. This contract is vital for maintaining operational efficiency at the dining facility and will span a base year from January 1, 2026, to December 31, 2026, with four additional option years. Interested vendors must submit their proposals by 5:00 PM CST on January 5, 2026, to the primary contact, SK2 Alexis Liner, at Alexis.R.Liner@uscg.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    USCG IPF New Orleans Reclaim System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a 8400-319 NORTON 30CF Reclaim System to be delivered to its Industrial Production Facility in New Orleans, Louisiana. The contractor is required to provide all necessary materials for this industrial equipment, which is essential for abrasive media reclamation, ensuring compliance with industry standards and specifications. The contract will be awarded based on the lowest price for a Firm-Fixed Price Supply Contract, with a delivery timeline of 30 days after receipt of order. Interested vendors must submit their quotes by January 9, 2026, and direct any questions to the primary contact, Joseph Loporto, at Joseph.loporto@uscg.mil or 504-253-4773.
    2026 USCG Airboat Acquisition
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the acquisition of one to three airboats with trailers, intended for operations in the Rio Grande. The airboats must be capable of navigating shallow waters and aquatic vegetation, with specifications including a length of 18-20 feet, powered by an LSX MS70 7.4L engine, and designed for a minimum operational duration of six hours at 20 knots. This procurement is critical for enhancing the Coast Guard's operational capabilities in the region, with the first delivery expected within 45 days of contract award and subsequent deliveries every 30 days if additional vessels are ordered. Interested vendors must submit their quotes by 5:00 PM CST on January 13, 2026, to the designated contacts, Kala Lowe and James Spenn, via email.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel, as well as ensuring compliance with OSHA shipyard standards. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and ensuring safety during maintenance activities. Interested vendors must submit their quotes by January 15, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is expected to commence on April 12, 2026, with scaffolding completion required within nine calendar days.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    USCGC Kanawha Dockside Components Blast and Paint
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.