Special Notice Intent to award USCG Airsta Clearwater Repair Perimeter Fencing
ID: 20150PR250000101Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE MIAMI(00028)MIAMI, FL, 33132, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

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 proposals for the repair of perimeter security fencing and five motorized vehicle gates at the Air Station Clearwater facility in Florida. Contractors will be responsible for providing all necessary labor, materials, and supervision to complete the repairs within 45 days of contract award, ensuring compliance with safety regulations and operational protocols. This procurement is critical due to damages sustained from Hurricanes Helene and Milton, which have created security vulnerabilities at the facility, with an estimated contract value of $24,000. Interested contractors should contact CWO Will Stevenson at William.K.Stevenson@uscg.mil or by phone at 727-535-1437 x1572 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Coast Guard (USCG) Air Station Clearwater is soliciting proposals for the repair of perimeter security fencing and five motorized vehicle gates at its facility in Clearwater, Florida. Contractors are required to provide all necessary labor, materials, and supervision to complete the repairs within 45 days of contract award. Key tasks include inspecting and repairing gates, installing concrete for photo beams, and ensuring compliance with UL325 requirements. Conducting work during operational hours (7:00 AM to 3:00 PM, Monday through Friday) is essential, and contractors must coordinate schedules with designated Coast Guard points of contact. Strict safety regulations are enforced, with adherence to OSHA standards and security protocols, including personnel background checks. The document outlines important operational details such as waste disposal guidelines, security measures, and inspection processes, emphasizing that discrepancies must be resolved promptly for work acceptance. The project illustrates the Coast Guard's commitment to maintaining secure facilities while ensuring compliance with regulatory requirements and operational efficiency.
    This document presents a justification for a sole-source procurement under Simplified Acquisition Procedures (SAP) due to unusual and compelling urgency. The estimated amount for the repairs to perimeter fencing and security gates at CG Airsta Clearwater, FL, is $24,000. The repairs are essential following damages from Hurricanes Helene and Milton, which create a security risk as unauthorized access is possible. The only vendor capable of meeting these urgent needs is RS Security Consulting, which is local to Clearwater and holds an active SAM registration. Other local vendors were contacted; however, most were not registered, limiting competitive options. Due to the critical nature of the repairs, a full and open competition could not be developed in time to resolve the security issue effectively. The document emphasizes the importance of future market research to identify additional vendors for potential service contracts, aiming to ensure ongoing maintenance and address barriers to competition in subsequent acquisitions.
    Lifecycle
    Similar Opportunities
    Elevator service maintenance at CG Station Port Canaveral FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide elevator service maintenance at the Coast Guard Station in Port Canaveral, Florida. The procurement involves comprehensive elevator inspection and maintenance services, including preventative maintenance and routine inspections, with a contract duration of one base year and four optional renewal years. These services are critical for ensuring the operational efficiency and safety of elevator systems used in Coast Guard facilities. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    RECAPITALIZE RUNWAY 1-19 at U.S. COAST GUARD BASE ELIZABETH CITY, NC.
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the recapitalization of Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. The project aims to restore the runway for operational use, requiring design-build demolition and construction that adheres to FAA regulations and incorporates sustainable practices. This initiative is crucial for maintaining operational efficiency and safety at a key military installation, with a project budget estimated between $45 million and $55 million. Interested contractors must submit their proposals by March 14, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan Lind at sharan.a.lind@uscg.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
    CGC OUACHITA ROOFING REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for roofing repairs at the Regional Support Team facility located in Chattanooga, Tennessee. The project involves replacing storm-damaged roofs with high-wind-rated shingles to enhance durability and minimize future repairs, with a contract value estimated between $25,000 and $100,000. This initiative underscores the importance of maintaining operational efficiency and safety at military installations, ensuring compliance with federal regulations throughout the project. Interested small business contractors must submit their bids and are encouraged to visit the site prior to bidding, with a completion timeline of 30 calendar days from the notice to proceed. For further inquiries, contractors can contact Kala Lowe at KALA.M.LOWE@USCG.MIL or Lynn Charles at Lynn.p.charles2@uscg.mil.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    Recapitalize Family Housing, Station Portage, U. S. Coast Guard Station Portage, Dollar Bay, MI
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the recapitalization of family housing at Station Portage in Dollar Bay, Michigan. The project involves the design and construction of seven new housing units, including four three-bedroom and three four-bedroom units, along with infrastructure improvements such as upgraded utilities, a playground, and a storage building. This initiative is crucial for enhancing living conditions for military families and aligns with federal standards for construction and environmental compliance. The total estimated funding for this project is approximately $8 million, with a contract performance period of 980 calendar days. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan A. Lind at Sharan.A.Lind@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    ANCHOR CHAINS AND PELICAN HOOKS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply anchor chains and pelican hooks under a total small business set-aside contract. The procurement aims to acquire essential marine hardware and hull items, which play a critical role in ensuring the operational readiness and safety of Coast Guard vessels. The place of performance for this contract will be in Curtis Bay, Maryland, and interested parties should reach out to Shellby Hammond at Shellby.M.Hammond@uscg.mil or 410-762-6317, or Shannon Carter at shannon.r.carter@uscg.mil or 410-762-6503 for further details. Compliance with federal contracting regulations, including provisions outlined in the FAR clauses document, will be necessary for successful bidders.
    CONTROL UNIT GOVERNOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide overhaul services for the Control Unit Governor, a critical component used in the WMEC 270 Class Digital Speed Control System. The procurement requires that all items received match the specified part number and adhere to detailed overhaul procedures outlined in referenced manuals, ensuring compliance with military standards for packaging and shipment. This initiative is vital for maintaining the reliability and performance of essential electronic components in Coast Guard operations. Interested parties should contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658, with a cost estimate not to exceed $6,236.57 for the services required.