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
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
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.
USCGC ALEX HALEY SSDG EXCITER REPAIR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform repairs on the SSDG exciter for the USCGC Alex Haley (WMEC-282). The scope of work includes welding and related processes, adherence to the Surface Forces Logistics Center Standard Specifications, and the submission of a Receiving Inspection Report upon receipt of government property. This contract is crucial for maintaining the operational readiness of the vessel and will take place at the contractor's facility in Kodiak, Alaska, from April 28 to June 6, 2025. Interested parties must submit proposals that include company details, a cost breakdown, and compliance documentation, with evaluations based on price competitiveness and technical specifications. For further inquiries, contact Kyler Fisk at kyler.c.fisk@uscg.mil or Isaiah C. Ragan at isaiah.c.ragan@uscg.mil.
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 objective is to replace obsolete UPS systems that are no longer supported by manufacturers, ensuring operational continuity during power outages for critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of Coast Guard operations, with a maximum contract value of $2,500,000 over a five-year period. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Roberta Pluim at Roberta.f.Pluim@uscg.mil or Danielle Beavers-Rose at danielle.beavers-rose@uscg.mil.
Fuel Tank Transition Sump Replacement at USCG Station Brunswick, GA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of a transition sump in a fuel tank at USCG Station Brunswick, Georgia. This procurement is a combined synopsis/solicitation under solicitation number 70Z036-25-Q-0004, set aside entirely for small businesses, with a NAICS code of 238990 and a size standard of $19 million. The project is critical for maintaining the operational integrity of the emergency generator fuel tank and must be completed within 60 days following contract award, ensuring compliance with various environmental and safety regulations. Interested parties should submit their quotes via email by 5:00 PM EST on April 30, 2025, and may contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730 for further information.
CGC ALDER Single Phase Uninterruptable Power Supply (UPS)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified vendor to provide a Single Phase Uninterruptable Power Supply (UPS) for the USCGC ALDER (WLB 216). The procurement requires the vendor to deliver a complete UPS system that meets various military standards, including a cabinet, internal assembly, power modules, and an isolation transformer, all to be delivered within five weeks of contract award to the Guard Sector in San Francisco, California. This equipment is critical for ensuring reliable power supply on the vessel, which is essential for its operational readiness. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details regarding this total small business set-aside opportunity.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@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). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.