70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
ID: 70Z03024QCLEV0125Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the Annual Fire Suppression Inspection and Testing for the USCG Air Station in Detroit for 2024. It specifies that the awarded contractor is responsible for inspecting and testing eight buildings, including six wet sprinkler systems, a dry chemical system, and fire alarm panels. Critical tasks include site visits for parts listing, testing of sprinkler systems, dry chemical and fire pumps, as well as inspection of alarm panels and components across various facilities. Key personnel and contractor qualifications are emphasized, including adherence to security protocols and the need for professional conduct. The contract requires completion within a specified period and outlines the operational hours for the work to be performed. The document notes that the government will provide no resources, thus the contractor must furnish all necessary materials and equipment. Invoicing is directed through the Invoice Processing Platform (IPP), with detailed guidance for contractors on enrollment and support. Overall, the solicitation communicates requirements and expectations for compliance, safety, and service level to ensure effective fire suppression system integrity at the facility.
    This government document is a request for proposal (RFP) guideline that outlines essential information and requirements for potential bidders. The primary focus is on gathering pertinent company details, including previous experience in similar work, references, and financial compliance with program regulations such as the Davis Bacon Wage Act. Key components include inquiries about any past job terminations, potential challenges in meeting deadlines, and the percentage of work to be subcontracted. Bidders are required to provide references from past projects, listing contact information and project specifics for three separate references. The structure follows a systematic approach, requesting detailed qualifications and confirmations to assess the capability of bidders to fulfill contractual obligations accordingly. The document emphasizes a need for transparency and accountability to ensure that the selected contractors meet government standards while adhering to labor laws and expectations in their operational practices. Overall, it serves to streamline the evaluation process for vendors looking to participate in government-funded projects by establishing clear criteria and patterns for submissions.
    The document is a Request for Information (RFI) form utilized by the United States Coast Guard (USCG) Base Cleveland for contract-related inquiries. It outlines the necessary sections for a requester to provide details about their inquiry, including the solicitation number, project location, specific information requested, and contact details. The RFI serves to clarify any discrepancies in the solicitation documentation without altering the existing terms and conditions. It acknowledges that responses may include clarifications or proposed changes, thereby leading to possible amendments in the solicitation process. The structure of the form is divided into two main sections: the Requestor Section, where the initial inquiry details are filled out, and the Contracting Office Response, where the USCG responds to the inquiry. This form facilitates effective communication between the requesters and the contracting officer, ensuring clarity and transparency in the public procurement process.
    The document outlines a Request for Quote (RFQ) for a contract involving an Annual Fire Suppression Inspection and Testing. The selected contractor will inspect and test various fire safety systems across multiple buildings, including wet and dry sprinkler systems, fire pumps, chemical systems, and alarm panels, adhering to USCG specifications. Key tasks include conducting site visits for preparation, inspecting component integrity and compliance, and addressing any discrepancies found. Quotes must encompass all required documentation, taxes, and specific identifiers such as the Unique Entity Identification (UEI) number and Tax ID. Contractors are mandated to maintain an inspection system, provide certifications as necessary, and adhere to various conditions set by the Federal Acquisition Regulations (FAR), including insurance requirements. Additionally, all communications should reference the designated solicitation number. Overall, this RFQ requires detailed attention to safety standards and regulatory compliance to ensure successful contract execution.
    The document provides the updated wage determination under the Service Contract Act (SCA) as mandated by the U.S. Department of Labor. Details include minimum wage rates for various occupations in Michigan's counties, as well as specific fringe benefits linked to worker classifications. Notably, contracts awarded or renewed after January 30, 2022, require compliance with Executive Order 14026, stipulating a minimum hourly rate of $17.20. For contracts awarded between January 1, 2015, and January 29, 2022, the relevant minimum wage under Executive Order 13658 is $12.90. The document also outlines employee benefits, including health welfare compensations, vacation, and holiday entitlements, alongside the conformance process for unlisted job classifications. It emphasizes contractor obligations related to wage rates and compliance, detailing additional provisions for hazardous work and uniform allowances. This wage determination is critical in ensuring fair compensation in government contracts, supporting labor standards, and protecting worker rights.
    The document is a solicitation for commercial products and services tailored for women-owned small businesses (WOSB), specifically regarding a fire suppression system for the U.S. Coast Guard. Key components include the requisition number, solicitation details, contractor information, the quantity and schedule of services, and payment terms. The contract seeks one fire suppression system inspection and repairs at the Detroit Air Station, with a due date for offers set for September 20, 2024, at 3:00 PM EDT. The solicitation supports diverse small business participation, encouraging bids from economically disadvantaged and veteran-owned firms. The submission process is detailed, directing all quotes to be emailed to the designated contracting specialist. Overall, this solicitation underscores the federal commitment to promoting small business participation, particularly from women-owned entities, and outlines clear guidelines for potential contractors regarding submission requirements and contract terms. The structured format ensures clarity and facilitates compliance with governmental procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.
    Katmai Bay Fan Coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the Duct Coil Pre Heater and Electrical Heater in the Fan Room of the WTGB 140 vessel located in Sault Sainte Marie, Michigan. The project involves addressing leaks in the Aux 1 and Bosn Hole areas, conducting pressure tests on the systems, and ensuring compliance with various Coast Guard specifications while protecting unaffected vessel components from contamination. This procurement is crucial for maintaining the functionality and safety of government-operated marine vessels, with a project completion deadline set for October 15, 2024. Interested vendors must submit their quotes by 8:00 AM Pacific Time on September 20, 2024, and can contact Jeramyah George at Jeramyah.W.George@uscg.mil or Kyler Fisk at Kyler.C.Fisk@uscg.mil for further information.
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Fire Suppression System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fire suppression services at Malmstrom Air Force Base (MAFB) in Montana. The procurement involves the annual inspection and maintenance of 266 portable fire extinguishers and bi-annual inspection, testing, maintenance, and recertification of 30 wet/dry chemical fire extinguishing systems, spanning a base year and four option years from October 1, 2024, to September 30, 2029. This contract is crucial for ensuring the safety and compliance of fire protection measures at military installations, adhering to industry standards and federal regulations. Interested contractors must submit their quotes by 2:00 PM MT on September 25, 2024, and direct any inquiries to the designated contacts, Lt. Randolph Foote and Viviana Castillo Ramirez, via the provided email addresses.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    ANTI-SWEAT INSULATION REMOVAL AND REPLACEMENT (CGC RESOLUTE)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and replacement of anti-sweat insulation aboard the Coast Guard Cutter Resolute, located in Saint Petersburg, Florida. The project involves the removal of existing insulation, installation of approximately 680 feet of new insulation on chill water and other lines, treatment of 770 square feet of interior compartment bulkheads to prevent sweating, and replacement of corroded ducting. This initiative is crucial for maintaining the operational capabilities of Coast Guard assets and ensuring compliance with safety and quality standards, including OSHA regulations. Interested contractors should contact Malicia Smith at malicia.c.smith@uscg.mil or Joseph Rizzardi at JOSEPH.A.RIZZARDI@USCG.MIL for further details.