USCG Elizabeth City Runway Restriping
ID: 70Z08125QELIZ0005Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)

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 small businesses to undertake the runway restriping project at Base Elizabeth City, North Carolina. The primary objective of this federal contract is to repaint and maintain airfield markings, including approximately 570 linear feet of centerline markings and optional taxi markings for various aircraft ramps, while adhering to FAA standards and safety regulations. This project is crucial for ensuring operational safety and compliance at the airfield, reflecting the Coast Guard's commitment to maintaining its facilities. Interested contractors must submit sealed quotes by March 21, 2025, and are encouraged to attend a mandatory site visit on March 14, 2025. For further inquiries, contact Tami Clark at tami.n.clark@uscg.mil or SK1 Luis R. Perez at luis.r.perez1@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Offeror Representations and Certifications" provision necessary for federal solicitations concerning commercial products and services. It mandates that offerors complete specific representations regarding their status and compliance with various federal regulations, including definitions of economically disadvantaged businesses, child labor laws, and contractor certification processes. Key components include the requirement for annual electronic submissions in the System for Award Management (SAM) and representation on business classifications such as small businesses, veteran-owned, and women-owned entities. Offerors must also affirm compliance with various legal and ethical standards, including the prohibition on certain business operations in specific countries, adherence to buy American policies, and certifications regarding employment practices and environmental impact. This document serves as a critical framework ensuring that federal contractors adhere to government policies while promoting fair competition and responsible business practices in alignment with federal contracting regulations. It thus plays an essential role in RFPs and grants, emphasizing transparency and accountability among bidders.
    The document outlines a solicitation for construction work involving the restriping of the USCG airfield at Base Elizabeth City, NC. It specifies that contractors must provide all necessary transportation, labor, and materials, with a submission deadline for offers set for March 21, 2025. This procurement is exclusively for small businesses under NAICS code 237310, with a business size threshold of $45 million. Interested parties are required to submit sealed quotes via email, complete certain sections of the provided Standard Form 1442, and may need to attend a mandatory site visit scheduled for March 14, 2025. Questions regarding the solicitation must be submitted in writing by March 18, 2025, and an amendment may be issued to clarify inquiries. The government reserves the right to cancel this solicitation and indicates a preference for a Firm-Fixed Price contract. Eligible bidders must have an active vendor record with SAM.gov to be considered for the award, highlighting the importance of compliance in the bidding process.
    This document outlines the Scope of Work and technical specifications for the Airfield Striping project at the U.S. Coast Guard Base Elizabeth City, NC. The primary objective is to repaint and maintain airfield markings, including approximately 570 linear feet of centerline markings for the E6 Apron and additional optional taxi markings for the HC-130 and Helicopter ramps. Contractors are responsible for using specified materials, ensuring compliance with FAA standards, and adhering to safety and environmental regulations. The work must be performed during designated hours, and all operations must prioritize airfield safety, including the management of debris and preventing foreign object damage. The contractor must demonstrate competence through test stripes and comply with rigorous inspection standards. Successful execution relies on precise scheduling with the Contracting Officer's Representative, submission of required documentation, and proper waste management. Overall, this contract reflects the Coast Guard's commitment to operational safety and regulatory compliance in its facilities management.
    The document outlines the wage determination for highway construction projects in North Carolina, including specific counties impacted by the decision. Under the Davis-Bacon Act, contracts initiated after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour, while contracts from January 1, 2015, to January 29, 2022, require a minimum of $13.30 per hour, unless otherwise specified. The document lists various labor classifications and corresponding wage rates, including union and non-union rates, for construction roles such as Electricians, Laborers, and Operators. It also emphasizes worker protections, such as the provision of paid sick leave for federal contractors under Executive Order 13706. Additionally, it details the appeals process for wage determination disputes, highlighting the structured procedure for requesting reviews and reconsiderations from the Wage and Hour Division of the Department of Labor. The summary aims to ensure compliance with federal wage standards while providing transparency and a mechanism for resolving disputes related to contractors’ wage determinations in the specified regions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Base Elizabeth City Crane Inspection Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide crane inspection services at Base Elizabeth City in North Carolina. The procurement involves conducting annual inspections and weight testing for various lifting equipment, including cranes and vehicle lifts, to ensure compliance with safety and operational standards. This initiative is critical for maintaining the mechanical reliability and safety of equipment used by the Coast Guard, thereby supporting their operational effectiveness. Interested contractors must submit their quotes by March 18, 2025, and direct any inquiries to Tami Clark at tami.n.clark@uscg.mil, with a performance bond potentially required for the contract.
    Ready Crew Berthing Linen Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Ready Crew Berthing Linen Service at the Air Station in Elizabeth City, North Carolina. The contractor will be responsible for laundering Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery, with an estimated weekly cleaning of around 15 bags of linens. This service is crucial for maintaining hygiene and operational readiness within military facilities. The contract is set for one year, from March 31, 2025, to March 31, 2026, and is exclusively reserved for small businesses under NAICS code 812320. Interested contractors must hold an active vendor record at SAM.gov and are encouraged to submit questions in writing by the specified deadline. For further inquiries, contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or call 206-820-1625.
    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.
    Special Notice Intent to award USCG Airsta Clearwater Repair Perimeter Fencing
    Buyer not available
    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.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    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.
    PRE, POST, & AFLOAT MEASUREMENTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for pre, post, and afloat measurements required at the Coast Guard Yard in Curtis Bay, Maryland, under Request for Quote (RFQ) number 70Z04025Q60226Y00. The procurement aims to secure a Firm Fixed Price Purchase Order based on the Lowest Priced Technically Acceptable criteria, focusing on technical capability and cost-effectiveness, with an emphasis on maintaining operational readiness through timely measurements during scheduled dry-docking phases. Interested vendors must submit their quotes via email by March 19, 2025, and are required to comply with various federal acquisition regulations, including provisions related to ethical standards and safety protocols. For further inquiries, vendors can contact SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or by phone at 571-613-2506.
    Dockside: USCGC STONE DS FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repair services for the USCGC STONE (WMSL-418) for Fiscal Year 2025, with the contract set aside for small businesses. The procurement involves comprehensive maintenance and inspection tasks, including air conditioning systems, tank cleaning, and preservation work, all aimed at ensuring the vessel's operational readiness and compliance with regulatory standards. This opportunity underscores the importance of maintaining the Coast Guard's fleet and supports federal initiatives to engage small businesses in government contracting. Interested vendors should direct inquiries to Richard Rawlings or Mark Cap via email, with the solicitation details available under number 70Z08525RLREP0003.