USCGC Kickapoo Transfer Switch Replacement
ID: 70Z02925QNEWO0091Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 10:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide labor, materials, and equipment for the removal and replacement of a non-functional automatic transfer switch at the USCGC Kickapoo facility in Vicksburg, Mississippi. The project aims to enhance operational integrity by ensuring the functionality of critical electrical equipment, which is essential for the Coast Guard's infrastructure. Interested contractors must submit their quotes by 5:00 PM CST on April 18, 2025, and are encouraged to inspect the site prior to bidding, coordinating with the designated Point of Contact, MKC Joe Blume. The contract will be awarded based on the lowest price, with a total procurement limit of $20,000, and compliance with federal wage standards as outlined in the attached wage rates document is mandatory.

Files
Title
Posted
Apr 1, 2025, 5:04 PM UTC
The document outlines the requirements and updates related to federal solicitations and contracts, emphasizing the integration of specific clauses and provisions. It highlights that the System for Award Management (SAM) may still require representations that are not applicable in certain solicitations, particularly concerning greenhouse gas emissions and other certifications. Key clauses added include Annual Representations and Certifications, Biobased Product Certification, Waste Reduction Program, and Sustainable Products and Services, all implemented as deviations for 2025. These clauses guide contractors on biobased product compliance, waste reduction practices, and the purchase of sustainable products according to USDA and EPA standards. Contractors must report on biobased products and establish waste reduction programs adhering to federal regulations. Overall, the document serves to enhance environmental responsibility and compliance in government contracting while ensuring that updated practices are effectively communicated to potential offerors.
Apr 1, 2025, 5:04 PM UTC
This government solicitation seeks bids for the removal and replacement of a non-functional automatic transfer switch at the USCG Base New Orleans. It is open to small businesses, utilizing NAICS Code 238210 under a total procurement limit of $20,000. Bidders are required to submit sealed offers in compliance with specified terms and must provide performance and payment bonds. The contractor is to commence work within 30 calendar days following the award of the contract and complete it within 60 calendar days. The evaluation of bids will focus on achieving the lowest price. Contractors interested in submitting a bid must fill out designated sections of the form and return it via a specified email address. The solicitation encompasses applicable regulations, including Federal Acquisition Regulation clauses and Department of Labor wage rates. This opportunity underscores the government's intention to ensure compliance, competitiveness, and efficient procurement in public sector construction projects.
Apr 1, 2025, 5:04 PM UTC
The United States Coast Guard Cutter (USCGC) KICKAPOO in Vicksburg, MS, is seeking contractors for the removal and replacement of a malfunctioning automatic transfer switch at its shore facility. Bidders are encouraged to inspect the site prior to submission, coordinating with MKC Joe Blume for arrangements. The work schedule must minimize disruption to operations, adhere to normal operating hours, and ensure safety compliance per OSHA standards. Contractors must also maintain a clean site and respect regulations around vehicle operation and site access. Key responsibilities include removing the old transfer switch, installing a new one according to specifications, conducting functional tests, providing training on its use, and ensuring proper waste disposal. The emphasis is placed on contractor accountability for materials, safety, and adhering to outlined protocols. This contract encapsulates the Coast Guard’s commitment to maintaining operational integrity while upgrading its infrastructure, ensuring compliance with federal and local regulations throughout the process.
Apr 1, 2025, 5:04 PM UTC
The document outlines General Decision Number MS20250044 for construction projects in Mississippi, specifying wage determinations required under the Davis-Bacon Act. It lists applicable counties and specifies wage rates for various construction classifications, effective from January 3, 2025. Under Executive Order 14026, contracts initiated post-January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. The document provides wage rates for specific job classifications, mandating payment of prevailing wages for laborers, electricians, and other trades. It addresses the necessity of submitting a conformance request for unlisted classifications that may be needed for contract performance and explains the appeals process for wage determinations. This document serves as guidance for contractors on wage compliance and worker protections, emphasizing adherence to federal wage standards for construction contracts involved with federal funding, highlighting the administration's commitment to ensuring fair labor practices across construction projects in Mississippi.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Open, Inspect, Report and Overhaul of Power Supply, UPS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of Uninterruptible Power Supply (UPS) units, with a total quantity of 67 units required. This procurement is critical for maintaining the operational capabilities of the U.S. Coast Guard's Medium Endurance Product Line, ensuring that essential power supply equipment is functional and reliable. Interested vendors must submit their quotes by April 14, 2025, at 10:00 AM EDT, and should direct any inquiries to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil. The contract will be awarded based on the lowest price of technically acceptable offers, and all submissions must comply with the specified packaging and marking requirements as outlined in military standards.
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
OPEN, INSPECT AND REPORT INDICATOR XMTR SHIPS CONTROL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and potential overhaul of Indicator XMTR Ships Control units, with a total quantity of two units required. This procurement is critical for maintaining the operational readiness of the U.S. Coast Guard's Medium Endurance Product Line, as these components are essential for shipboard alarm and signal systems. Interested vendors must ensure compliance with specific packaging and marking requirements, as outlined in the associated documentation, and submit their quotes by May 2, 2024, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
Perform PMS and testing for generator equipment
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified vendors to perform preventative maintenance and testing services for generator equipment at its facilities in Port Aransas, Texas. The contract, designated as a Small Business Set Aside under NAICS code 811310, requires the selected contractor to provide all necessary personnel, materials, and management to ensure operational readiness of the generator systems, with a focus on compliance with safety and cybersecurity standards. This procurement is critical for maintaining the reliability of power distribution equipment essential for Coast Guard operations. Quotes are due by 3:00 PM CST on April 17, 2025, and interested parties must register with the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil or by phone at 571-607-7417.
VARIOUS ELECTRICAL HARDWARE AND SUPPLIES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various electrical hardware and supplies through a combined synopsis/solicitation. The procurement includes items such as circuit breakers, connectors, lugs, and relays, which are essential for maintaining operational readiness and safety in Coast Guard operations. Interested vendors must provide their quotations by the specified deadline, ensuring compliance with federal regulations, including registration in SAM.gov and adherence to packaging and delivery requirements. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL, with all deliveries required by September 22, 2025.
Control Unit, CH100 - Open, Inspect Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide inspection and repair services for 52 units of the Control Unit, CH100, under solicitation number 2125405B4200RR005. The primary objective is to open, inspect, and report on the condition of these units, which are critical for communication operations, and to determine if they can be repaired to meet operational standards. This procurement emphasizes the use of L3 Harris authorized technicians and parts due to the proprietary nature of the equipment, ensuring compliance with federal regulations and operational readiness. Interested vendors must submit their written quotes by May 1, 2025, at 12:00 PM ET, to the Contract Specialist, Megan Maday, at megan.l.maday@uscg.mil, and the Contracting Officer, Delton Brun, at Delton.L.Brun@uscg.mil.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
Uninterruptible Power Supply for Shipboard Alarm and Announcing System and Electronic Chart Display and Information System
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Uninterruptible Power Supplies (UPS) to support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The initiative aims to replace obsolete UPS equipment that is no longer supported by manufacturers, thereby ensuring operational continuity and reliability in critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of U.S. Coast Guard operations, with a maximum contract value of $2,500,000 and a delivery timeline of 90 days post-award. Interested vendors must submit their proposals by April 28, 2025, and can contact Roberta Pluim or Danielle Beavers-Rose for further information.
Diver Hull Clean, Inspect & Zinc Anodes Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the Diver Hull Clean, Inspect & Zinc Anodes Renewal project for the USCGC WILLIAM TRUMP (WPC 1111) in Key West, Florida. The contractor will be responsible for performing underwater cleaning, inspections, and renewing zinc anodes, adhering to established Coast Guard maintenance procedures, with the work scheduled between May 19 and May 23, 2025. This procurement is critical for maintaining the operational readiness and integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested contractors must submit their firm fixed-price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.