Roof Replacement USCG Station Siuslaw River
ID: 70Z03325QSEAT00011Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Roofing Contractors (238160)

PSC

ROOFING AND SIDING MATERIALS (5650)

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 replacement of the roof at the USCG Station Siuslaw River in Florence, Oregon. The project involves replacing cedar roof tiles with architectural asphalt shingles, inspecting and replacing damaged decking, and ensuring compliance with safety and security standards. This procurement is set aside for small businesses under NAICS code 238160, with a firm fixed price contract expected to be awarded based on the lowest priced, technically acceptable proposal. Interested contractors must submit their proposals by August 20, 2025, and are encouraged to schedule a site visit by emailing Michelle Myhra at michelle.m.myhra2@uscg.mil before August 12, 2025.

    Files
    Title
    Posted
    The Smart Matrix file from Acquisition.GOV is a comprehensive listing of federal acquisition provisions and clauses. It details various regulations categorized by their Federal Acquisition Regulation (FAR) sections, including those related to ethical conduct, contractor responsibility, small business programs, labor standards, environmental compliance, and contract management. The document specifies the effective date of each provision or clause, its prescribed location within the FAR, and whether it is a provision (P) or a clause (C). Key areas covered include preventing conflicts of interest, ensuring secure information systems, promoting competition, enforcing
    The "Smart Matrix Table" from Acquisition.GOV outlines various federal acquisition regulations (FAR) provisions and clauses relevant to government contracts. This document details specific FAR sections, their effective dates, and their applicability as either "Provision or Clause" (P or C) and whether they are "Required" (R) or "Conditional" (C) for solicitations and contracts. Key areas covered include combating contingent fees, anti-kickback procedures, whistleblower rights, incorporation of representations and certifications, and prohibitions on contracting with entities like Kaspersky Lab or those providing certain telecommunications and video surveillance equipment. The table also addresses supply chain security, commencement of work, contract definitization, combating human trafficking, Iran-related activities, text messaging while driving, payment terms for construction contracts, unauthorized obligations, accelerated payments to small businesses, protest procedures, applicable law for breach of contract claims, material and workmanship standards, permits, proposal preparation for construction, prohibitions on unmanned aircraft systems from covered foreign entities, and subcontracts for commercial products and services. The file is crucial for understanding compliance requirements in federal contracting, ensuring adherence to legal and ethical standards in government procurement processes.
    The document provides answers to questions regarding the Station Siuslaw River Roof Replacement project (70Z03325QSEAT0011), likely a federal government RFP. Key information includes the project's location at 4255 Coast Guard Rd Florence, OR 97439, and the requirement for RED architectural asphalt shingles, specifically IKO Dynasty Performance Shingles, suitable for extreme Oregon coast weather. The work must be completed by November 1, 2025. The building is occupied, and a performance bond may be required. The government declined to provide incumbent information, past contract award numbers, or budget details, citing sensitivity. Bidders are directed to SAM.gov for pricing templates, small business set-aside information, roof dimensions, and general instructions, as the site visit date has passed.
    This government solicitation document, Standard Form 1449, is a "WOMEN-OWNED SMALL BUSINESS (WOSB) SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES." It outlines the process for soliciting, awarding, and administering contracts for commercial goods and services, specifically targeting Women-Owned Small Businesses. The document includes fields for requisition, contract, award, order, and solicitation numbers, along with dates and contact information. It details methods of solicitation (RFQ, IFB, RFP), delivery terms, payment information, and outlines the schedule of supplies/services with quantities, unit prices, and amounts. Key sections address contractor and government representative signatures, acceptance of offers, and appropriation data. The form also specifies clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and designates set-aside categories for various small business types, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Small Businesses, and Small Businesses. This particular instance details a contract to replace and repair a roof, with specific regional support team and finance center addresses provided.
    The USCG Station Siuslaw River is seeking proposals for the replacement of cedar roof tiles with architectural asphalt shingles, including inspection and replacement of damaged decking. The project requires contractors to provide all labor, materials, and equipment. Key requirements include security clearances for all personnel, adherence to Real ID Act standards, and advance notification for site access and deliveries. Work must be scheduled to minimize operational interference, occurring Monday through Friday, 7:00 AM to 4:00 PM. Contractors are responsible for material disposal, maximizing the use of regional materials, and ensuring compliance with OSHA safety standards. The contractor must maintain a safe work environment, conduct their own inspections, and provide temporary facilities, excluding sanitary and telephone services. Water and 120V electricity are available. Contractors are also responsible for verifying utility locations and repairing any damage caused during construction.
    The document appears to be a highly unstructured government file, likely related to federal government RFPs, federal grants, or state and local RFPs. Due to the extensive presence of garbled characters and non-standard formatting, it is impossible to accurately identify the main topic, key ideas, or supporting details. The content is largely unreadable, preventing any meaningful summarization or analysis of its purpose within the context of government solicitations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing flooring, seating, tables, wall wainscoting, and dividers in the auditorium space (room M201), with a requirement for the contractor to commence work within ten days of receiving the notice to proceed and complete the project by August 31, 2026. This procurement is significant as it aims to enhance the functionality and aesthetics of a key facility within the academy, and it is set aside exclusively for small businesses under the NAICS code 236220, with an estimated contract value between $500,000 and $1,000,000. Interested vendors should note that the solicitation package will be available on December 5, 2025, with bids due by January 6, 2026, and can contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.