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 contract structured as a firm-fixed price purchase order awarded to the lowest bidder. This opportunity is set aside for small businesses and includes a one-year base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil, ensuring they are registered in SAM.gov and comply with applicable wage determinations and federal regulations.

    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
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Air Station Detroit Fire Suppression System Inspection
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    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.
    USCG Station South Padre island Fire hydrant repair/replace
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to repair or replace fire hydrants at the Coast Guard Station in South Padre Island, Texas. The project involves conducting a site assessment, performing necessary excavations, and ensuring compliance with various safety and operational standards, including NFPA, AWWA, UPC, OSHA, and USCG regulations. This procurement is critical for maintaining the functionality and safety of the station's water supply system. Interested contractors must submit their quotes by 12:00 PM CST on January 2, 2026, to kala.m.lowe@uscg.mil, and are encouraged to inspect the site prior to submission to familiarize themselves with the conditions of the work.
    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.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs on the USCGC CALHOUN (WMSL 759) for Fiscal Year 2026. The project includes Level II maintenance, inspection and testing of the incinerator, and grooming of the Oily Water Separator (OWS) System, with a requirement for OEM-authorized technical representatives for specialized equipment. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with work to be performed at Carver Maritime in North Charleston, South Carolina, from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    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.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and 24/7 technical support, in compliance with DHS directives. This procurement is particularly significant as it aims to enhance security measures at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses, especially Women-Owned and Economically Disadvantaged Women-Owned Small Businesses, must submit their quotes by December 15, 2025, and can contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further information.
    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.