ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

ATC Mobile, AL. BOSS Facilities Maintenance Services

DEPARTMENT OF HOMELAND SECURITY 70Z08425QAA850900
Response Deadline
Jul 16, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for comprehensive facilities maintenance services at the Aviation Training Center in Mobile, Alabama. The contractor will be responsible for operating, maintaining, repairing, and improving various systems, including electrical, HVAC, plumbing, and grounds maintenance, in compliance with federal, state, and local regulations. This procurement is critical for ensuring the operational efficiency and safety of government facilities, reflecting the federal commitment to maintaining high standards in facility management. Interested parties must submit their quotes by 1:00 PM ET on July 16, 2025, with inquiries directed to the designated contract specialists, Ryan Difernando and Luis Torres, via email.

Classification Codes

NAICS Code
561210
Facilities Support Services
PSC Code
S216
HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT

Solicitation Documents

24 Files
Technical Exhibit 3 Facilities and Equipment.docx
Word172 KBJul 9, 2025
AI Summary
The document details the maintenance requirements for various government-owned facilities and equipment at the Aviation Training Center. It outlines the contractor's responsibilities for regular upkeep and repairs across a wide range of categories, including food service equipment, motor vehicles, electrical systems, heating and air conditioning units, water and sewage systems, and fire safety equipment. Each section specifies types of equipment, conditions, and quantities, indicating a comprehensive inventory essential for operations. Key areas include food service facilities requiring maintenance of kitchen equipment, various government and rental vehicles, substantial electrical systems with high-voltage transformers, heating plants, cooling systems, and extensive grounds maintenance. The contractor must also maintain the structural integrity and safety systems of buildings, spanning multiple facilities with detailed specifications on their construction materials and conditions. The document forms part of federal procurement protocols, likely accompanying a Request for Proposal (RFP) for entities seeking contracts to fulfill these operational support responsibilities, ensuring a high standard of facility management in alignment with governmental operational standards.
Technical Exhibit 5 DEFINITIONS.docx
Word46 KBJul 9, 2025
AI Summary
This document provides a comprehensive list of definitions and acronyms relevant to a government contract associated with the Aviation Training Center (ATC). It outlines various terms used in the context of services and maintenance contracts, including Acceptable Quality Level (AQL), Acceptance Sampling, and Performance Work Statement (PWS). The document describes processes and conditions for facility maintenance, repair, and construction, emphasizing the importance of quality assurance, inspection, and compliance with regulations. Key roles like Contracting Officer and Quality Assurance Evaluator help ensure standards are met, while guidelines for emergency work, maintenance levels, and sampling methods inform contractors of operational expectations. The structured definitions serve to clarify technical requirements, support contract specifications, and guide contractor performance within governmental frameworks, contributing to effective service delivery in support of military operations.
Technical Exhibit 1 Blank Reserved.docx
Word26 KBJul 9, 2025
AI Summary
The document, labeled TECHNICAL EXHIBIT 1, is currently reserved, indicating it may be part of a larger set of information related to federal government requests for proposals (RFPs), grants, or state and local RFPs. Specific content details are not provided, suggesting that the exhibit serves a placeholder function. In the context of federal grants and RFPs, this reserved status could imply that it will contain critical technical specifications or requirements for future proposals or applications. Typically, such exhibits are integral in the evaluation of bids, detailing project scope, specifications, compliance standards, or budgetary considerations that are essential for prospective contractors or grant applicants. The absence of content highlights the importance of monitoring subsequent updates or releases related to this exhibit to fully understand its implications in the procurement and funding processes. Overall, the document signals an impending contribution to the governmental contracting landscape, necessitating vigilance for any further developments.
Technical Exhibit 8 Job Plans.pdf
PDF2405 KBJul 9, 2025
AI Summary
The document outlines job plans for maintenance and inspection of fire suppression systems managed by the U.S. Coast Guard (USCG) at the SAM facility. It includes detailed tasks for maintenance operations such as inspecting control valves, testing water flow alarms, conducting main drain tests, and verifying foam concentrate levels in various systems, including AFFF deluge and water-only sprinkler systems. Each task is assigned a specific duration and identifies that only qualified personnel should perform inspections and maintenance tasks. The plans emphasize safety, compliance with regulations, and continuous monitoring of system functionality, ensuring proper operation and identifying deficiencies through regular documentation. The job plans also specify labor requirements, detailing the skills and qualifications necessary for personnel involved in these operations. As a critical aspect of fire safety, these systematic inspections are indispensable for maintaining operational readiness and meeting safety standards. This documentation not only supports ongoing maintenance protocols but also aligns with federal safety guidelines, demonstrating the USCG's commitment to efficient and safe facility operations.
Amend 1 Attachment 3 Performance Assessment Questionnaire ATC Mobile BOSS..pdf
PDF474 KBJul 9, 2025
AI Summary
The Past Performance Questionnaire serves to assess contractors' performance in fulfilling government contracts. It requires contractors to provide accurate and comprehensive information, including their name, contact details, project title, and contract specifics, such as duration and dollar amount. Respondents must evaluate the contractor's performance across various criteria, from personnel management to problem resolution, using a rating scale ranging from "Exceptional" to "Unsatisfactory." Each criterion requires a rating, supported by brief comments if issues are noted. The questionnaire also solicits information on prior performance reviews and whether the contractor has received any formal notices regarding performance issues. The form emphasizes accurate feedback on contractor capabilities and encourages future contract considerations, reflecting the federal government's commitment to accountability in its procurement processes. Completed questionnaires must be submitted by a specified deadline to a designated contract specialist.
Technical Exhibit 6 Forms.docx
Word57 KBJul 9, 2025
AI Summary
The document outlines the forms and formats required for contractor reporting and performance measurement within government contracts, specifically for the U.S. Coast Guard. It includes various templates such as the Contract Discrepancy Report, Performance Evaluation Meeting Record, Sample Work Order, and Facility Engineering Performance Measures Report. Each form specifies necessary details such as date, attendees, discrepancies discussed, contractor actions, and government evaluations. Performance metrics include non-recurring and recurring maintenance rates, preventative maintenance rates, and compliance with operational standards. The structured format of these forms facilitates organized communication between contractors and government representatives, ensuring accountability and strategic oversight throughout project execution. This document is crucial in the context of federal RFPs and grants, providing a systematic approach to reporting and performance assessment aimed at enhancing project outcomes and operational efficiency.
Technical Exhibit 9 EQUIPMENT LIST.pdf
PDF157 KBJul 9, 2025
AI Summary
The document outlines the inventory and operational status of various facilities maintenance equipment at the ATC Mobile site, specifically referencing equipment numbers, descriptions, manufacturers, and corresponding serial numbers. Most of the items, including overhead doors, roofs, generators, water heaters, and various vehicles, are categorized under "Facilities Engineering," indicating their essential role in supporting facility operations. The status of these assets is primarily marked as "Operating," indicating they are currently in use. This comprehensive inventory serves as a critical reference for maintaining operational readiness and efficiency within federal facilities. By tracking the condition and functionality of various assets, the information facilitates informed decision-making regarding repairs, replacements, and resource allocation. Such documentation supports compliance with maintenance protocols and strategic planning for ongoing operational needs within governmental facilities, emphasizing the need for effective asset management in a public sector context.
Amendment 1 change document ATC Mobile BOSS Facilities..pdf
PDF238 KBJul 9, 2025
AI Summary
The document pertains to an amendment for Request for Quotation (RFQ) #70Z08425QAA850900 regarding ATC Mobile BOSS Facilities. The amendment focuses on modifications to Attachment 3, specifically the Performance Assessment Questionnaire. The key changes include updating the document's heading to reflect Attachment 3 and the omission of questions from sections “C” and “D.” The contracting officer, Luis Torres, requests that these changes be acknowledged in any submitted quotes. This amendment does not introduce any further changes, highlighting a streamlined focus on refining the assessment criteria for potential bidders in alignment with government procurement processes.
Attachment 2 SOW ATC Mobile Facilities Maintenance Final.pdf
PDF1243 KBJul 9, 2025
AI Summary
The Statement of Work (SOW) for Facilities Maintenance Services at the U.S. Coast Guard Aviation Training Center in Mobile, Alabama, outlines comprehensive requirements for maintenance, operation, and repair of facilities and equipment. The contractor is responsible for ensuring safety and compliance with federal, state, and local regulations. Essential tasks include managing electrical systems, heating, water distribution, sewage, air conditioning, grounds maintenance, and trash disposal, among others. The contractor must operate during designated hours and coordinate work, especially in secure areas, while implementing energy conservation measures. A quality control plan, safety protocols, and key control processes are mandatory to mitigate risks. Additionally, the contractor must submit several operational plans, including a management plan, hurricane plan, and remedial strategies for hazardous materials like asbestos and lead. Transitioning responsibilities to a new contractor requires cooperation to ensure continuity. Overall, this SOW emphasizes the necessity of efficient facility maintenance while adhering to regulatory standards and ensuring safety for personnel and public health.
Attachment 5 DBA AL20240092.pdf
PDF1873 KBJul 9, 2025
AI Summary
No AI summary available for this file.
70Z08425QAA850900 RFQ ATC Mobile Facilities _Final Doc.pdf
PDF382 KBJul 9, 2025
AI Summary
The document is a combined synopsis and solicitation for the provision of BOSS ATC Mobile Facilities Maintenance Services by the United States Coast Guard (USCG) in Mobile, AL. It seeks quotations from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), indicating an emphasis on inclusive procurement practices under the applicable North American Industry Classification Standard Code of 561210. Interested parties must adhere to specific instructions outlined for submissions, including pricing schedules, potential site visit participation, and inquiries through designated channels. Notable information includes a due date for submissions on July 11, 2025, and comprehensive invoicing instructions aimed at utilizing the Invoice Processing Platform (IPP) for electronic submission. The document includes various clauses that contractors must comply with, covering topics such as labor standards, employee rights concerning whistleblowing, subcontractor requirements, and reporting compliance related to telecommunications and software. Overall, this solicitation aims to secure maintenance services within regulatory standards while promoting participation from small business sectors, particularly those owned by veterans, reflecting governmental policies on inclusive contracting practices.
Attachment 1 Schedule of Services.xlsx
Excel60 KBJul 9, 2025
AI Summary
The document outlines a five-year contract response for the provision of BOSS Facilities Maintenance Services at USCG ATC Mobile, covering tasks from September 1, 2025, to August 31, 2030. The services include maintenance and repair of food service equipment, electrical systems, heating and cooling systems, water and sewage systems, and facilities maintenance. Each contract line item number (CLIN) details specific quantities, unit measures, and labor categories required, such as electricians, plumbers, carpenters, and HVAC mechanics, along with their anticipated labor hours. The contract also stipulates recurring and non-recurring services, with provisions for the varying labor costs dictated by service contract labor standards and construction wage rates. The structured approach aims to ensure that the facilities meet operational standards while adhering to safety and compliance regulations. The overarching goal of the contract is to enhance the sustainability and operability of USCG facilities, reflecting a commitment to effective resource management and maintenance over the duration of the initiative.
Technical Exhibit 2 Gov Property.docx
Word51 KBJul 9, 2025
AI Summary
This document outlines the provisions for government-furnished facilities and equipment provided to a Contractor under a federal contract in Mobile, AL. It specifies facilities including a pump house, engineering offices, and several storage buildings, totaling 17,167 square feet for the Contractor's use. The Government retains a portion of some buildings for its personnel while sharing restroom and locker facilities. The equipment list includes high-value items like Ditch Witch machinery, HVAC units, and multiple generators, along with minor equipment, with associated condition codes indicating their state ranging from "unused-good" to "repairs required-poor." The document emphasizes the Contractor's responsibility to maintain the equipment and return it in sound condition upon contract completion. The overarching purpose of this file is to clarify the resources available to the Contractor and stipulate the maintenance responsibilities for equipment, ensuring effective contract execution while maintaining Government property integrity. This systematic provision of resources reflects the government's commitment to facilitating project efficiency within the framework of federal agreements.
Attachment 4 WD 2015_4609 REV 25 5_05_25.pdf
PDF4887 KBJul 9, 2025
AI Summary
No AI summary available for this file.
Amendment 2 Attachment 2 Statement of Work.pdf
PDF1384 KBJul 9, 2025
AI Summary
The U.S. Coast Guard Aviation Training Center (ATC) in Mobile, Alabama seeks a contractor to provide comprehensive facilities maintenance services. The contractor will handle operating, maintaining, repairing, and improving various systems including electrical, HVAC, plumbing, and grounds maintenance in compliance with federal, state, and local regulations. Key responsibilities include ensuring safety, environmental protection, and effective energy and utility conservation. The contractor must adhere to a structured work schedule, prioritizing emergency repairs and maintaining communication with government officials. Deliverables include a management plan, safety plan, and quality control plan. The contractor is also required to maintain accurate reporting and documentation of all work completed. A critical component is the transition plan for handing over operations at the contract's end. This solicitation reflects the federal government’s commitment to maintaining operational efficiency and compliance in its facilities maintenance practices.
Amendment 2 Q_A Gov Responses Protected.xlsx
Excel30 KBJul 9, 2025
AI Summary
The document outlines the requirements and expectations for contractors responding to a government Request for Proposal (RFP). It highlights specific plans that need to be submitted, including a Management Plan and Technical Plan due with the proposal, while other plans such as the Security and Contingency Plans are required 15 calendar days after contract award. Clarifications are requested regarding apparent contradictions in submission timelines for various plans stated in different sections of the Statement of Work (SOW). Contractors seek guidance on page limits for proposal sections, submission formats for past performance materials, and the allowance for additional pages to accommodate various required documents. The document also addresses operational responsibilities related to maintenance, environmental compliance, and specific equipment management, while posing questions about timelines and the incumbent contractor's performance documentation. The purpose of this RFP is to clarify submission guidelines, contractor responsibilities, and necessary documentation to ensure compliance and effective service delivery while addressing the nuanced requirements of federal contracting. This ensures potential bidders grasp all specifics needed for a comprehensive and compliant proposal submission.
Amendment 2 Attachment 3 Performance Assessment Questionnaire.docx
Word42 KBJul 9, 2025
AI Summary
The document is a Past Performance Questionnaire (PPQ) concerning Satellite Services Inc., aimed at evaluating its performance in a government contract related to the operation and maintenance of real property facilities and associated services. The PPQ consists of several sections requesting general contractor information, performance feedback from a designated respondent, and a rating system to assess the contractor's execution in various performance areas such as management capability, quality control, and responsiveness to contract changes. Respondents must assess the contractor on a scale ranging from Exceptional to Unsatisfactory, addressing specific performance attributes like timely problem resolution and accuracy of cost proposals. The questionnaire concludes with inquiries about whether the contractor was issued any notices of concern and if future contracts would be awarded to the contractor. A directive for submission of the completed questionnaire to a specified contact is also included, underscoring the importance of timely feedback for government contracting decisions. Overall, the document serves as a structured tool for gauging contractor effectiveness and past performance in fulfillment of federal RFPs.
Amendment 2 Attachment 1 Schedule of Services.xlsx
Excel58 KBJul 9, 2025
AI Summary
The document outlines a multi-year solicitation for maintenance and repair services at the US Coast Guard Air Station's Training Center in Mobile, covering several contract years from September 2025 to August 2030. It specifies labor categories and quantities required for various maintenance tasks, including electrical systems, HVAC, plumbing, and general facility upkeep. The proposal is structured with line item numbers (CLIN and SLIN) indicating specific services categorized as recurring and non-recurring. Each year features exact quantities of work to be performed, such as levels of care for food service equipment, transportation systems, and heating installations. Labor rates are to reflect all associated costs and benefits, with prices subject to adjustments based on wage determinations. This document serves as a pivotal framework for government contracting, targeting the competitiveness and compliance necessary for successful proposal submissions in response to federal and local RFPs. It emphasizes the importance of maintaining quality standards in facility services while ensuring compliance with contractual obligations.
Amendment 2 Site Visit List 70Z08425QAA850900.pdf
PDF54 KBJul 9, 2025
AI Summary
No AI summary available for this file.
Technical Exhibit 7 Map -Dwg.pdf
PDF2852 KBJul 9, 2025
AI Summary
The document outlines the technical specifications and available resources at the Aviation Training Center (ATC) in Mobile, Alabama, particularly focusing on grounds maintenance and a building numbering system. It presents a comprehensive plot plan detailing maintenance areas as identified in Technical Exhibit 3I, which must be adhered to according to specified standards. The technical library contains approximately 500 maps and drawings related to the ATC’s buildings and utilities, available for contractors' reference. Included are structural and architectural details, utility distribution plans, and modifications to existing structures. The document cautions that some drawings may be inadequate when researching older systems that have undergone multiple modifications. A detailed listing of numerous facilities within the ATC is provided, highlighting their conditions, sizes, and purpose, which range from administrative offices to complex maintenance buildings. Such information is essential for contractors responding to government RFPs for maintenance projects, ensuring they have access to necessary technical documents for informed decision-making and compliance with federal and local standards.
AMENDMENT 2 List of Changes.pdf
PDF244 KBJul 9, 2025
AI Summary
Amendment 2 to RFQ 70Z08425QAA850900 involves updates to the ATC Mobile BOSS facilities proposal. Key changes include revisions to Attachment 2 (Statement of Work) and Attachment 1 (Schedule of Services), both marked in yellow. The RFQ submission deadline has been extended from 1 PM on July 11, 2025, to 9 AM on July 16, 2025. Additional components include government responses to queries, a list of site visit attendees, and modifications to Attachment 3 (Past Performance Questionnaire), also highlighted in yellow. The amendment concludes with a request for acknowledgment of all changes made. This document ensures all potential contractors are informed of the latest requirements and deadlines, facilitating a fair and transparent bidding process while adhering to federal procurement standards.
Technical Exhibit 4 Historical.docx
Word42 KBJul 9, 2025
AI Summary
The document outlines the technical requirements and historical workload data for maintenance and support services under a firm fixed-price contract, divided into three levels: Level I (Standing Work), Level II (Work Orders), and Level III (Job Orders). Level I is the contractor's responsibility for routine maintenance activities across various services, such as food service equipment, transportation, electrical, heating, plumbing, and waste disposal. The workload for Level II includes service tasks not exceeding $2,000, detailing work order statistics between 2021 and 2023, revealing fluctuations in average hours spent on each type of service. Level III addresses larger job orders, which are initiated by the Contracting Officer, involving more complex tasks often requiring multiple trades. Historical data from fiscal years 2012-2014 provides insights into man-hours allocated across trades for Level III work. The structure and findings emphasize the contractor's accountability for performance standards and operational efficiency in government contract compliance.
Amendment 2 70Z08425QAA850900 RFQ ATC Mobile Facilities.pdf
PDF770 KBJul 9, 2025
AI Summary
The document is a solicitation for BOSS ATC Mobile Facilities Maintenance Services from the U.S. Coast Guard in Mobile, AL. It is issued as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under RFQ Number 70Z08425QAA850900, highlighting that all qualified SDVOSB vendors may submit quotations. Key requirements include the completion of pricing schedules, adherence to FAR provisions, and submission by specified deadlines, with a due date for quotes set for 1:00 PM ET on July 11, 2025. An optional site visit is scheduled for July 1, 2025, and inquiries must be submitted via email to designated officials. The solicitation outlines the expected terms, subcontracting limitations, and invoicing instructions using the U.S. Department of the Treasury’s Invoice Processing Platform. Various clauses enforce strict compliance with federal regulations regarding labor, safety, and prohibited telecommunications services. This document illustrates the government's commitment to including small businesses in federal contracting and ensuring compliance with labor and safety standards while performing contract work.
Attachment 3 Performance Assessment Questionnaire ATC Mobile BOSS.docx
Word38 KBJul 9, 2025
AI Summary
The document outlines a Past Performance Questionnaire for evaluating contractors involved in government contracts. It includes general information about the contractor, the respondent, and performance metrics. Key performance indicators assess various aspects of the contractor’s work, such as management effectiveness, problem-solving abilities, adherence to schedules, and responsiveness to contract requirements. The ratings on a scale from Exceptional to Unsatisfactory provide a structured feedback mechanism on the contractor's overall performance and capability. The questionnaire also queries whether the contractor was issued any notices for deficiencies and if future contracts would be awarded to them. This information is critical for ensuring accountability in government contracts and making informed decisions during the procurement process. The completed forms should be returned to the specified contract specialist by the indicated deadline.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 17, 2025
amendedAmendment #1· Description UpdatedJun 30, 2025
amendedLatest Amendment· Description UpdatedJul 9, 2025
deadlineResponse DeadlineJul 16, 2025
expiryArchive DateJul 31, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
LOG-9

Point of Contact

Name
Ryan Difernando

Place of Performance

Mobile, Alabama, UNITED STATES

Official Sources