Justification For Other Than Full and Open Competition DHS USCG A/E Multiple Award IDIQ $75M Additional Capacity
Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDFDCC DET SEATTLE(00050)SEATTLE, WA, 98174, USA
Timeline
    Description

    The Department of Homeland Security (DHS), through the United States Coast Guard (USCG), is increasing the aggregate ceiling amount of its Architect & Engineering (A/E) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) by $75 million, raising the total from $200 million to $275 million. This increase is necessary to address urgent requirements for waterfront facility repairs and related engineering studies, driven by a surge in obligations due to previous contract usage. The modifications are essential for maintaining mission-critical operations and ensuring efficient execution of task orders by highly qualified contractors with unique capabilities in shore support services. Interested parties can reach out to Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information regarding this opportunity.

    Point(s) of Contact
    Gabriel D. Perez
    gabriel.d.perez@uscg.mil
    Files
    Title
    Posted
    The document provides a justification for the Department of Homeland Security's Coast Guard to utilize other than full and open competition for federally funded contract modifications. Aiming to meet increasing demands for critical infrastructure repairs, the Coast Guard seeks to raise the contract ceiling of its existing ten Indefinite Delivery Indefinite Quantity contracts by $75 million, increasing the total from $200 million to $275 million. This request is based on urgent requirements to address waterfront facility repairs and related engineering studies, with an expected surge in obligations due to previous contract usage. The justification references the authority under 10 U.S.C. 3204, and asserts that the modifications are essential to efficiently execute task orders from highly qualified contractors who possess unique capabilities, particularly in shore support services. Market research indicates insufficient competition barriers exist, and the USCG is already re-competing this contract for future needs. Overall, the document underscores the necessity of these modifications to sustain mission-critical operations within the Coast Guard while maintaining fair competition among existing contract holders.
    Similar Opportunities
    Justification For Other Than Full and Open Competition USCG Nationwide ENV ENG Services Multiple Award IDIQ $50M Additional Capacity
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking to modify existing Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Nationwide Environmental Engineering Services, increasing the aggregate ceiling from $75 million to $125 million. This modification aims to address urgent demands related to environmental compliance, restoration, and sustainability, as the current capacity is projected to be exhausted by late FY24. The additional capacity of $50 million will ensure the continuity of high-quality services while a replacement contract is procured in FY25, maintaining efficiency in task orders without altering the contract period, which extends through December 2028. Interested parties can contact Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY, which involves the design-build demolition and construction of new family housing facilities. The project aims to replace deteriorating apartment buildings with approximately 30 new townhome-style structures, including necessary site preparation, utility installation, and landscaping improvements. This initiative is crucial for enhancing living conditions for Coast Guard personnel and their families while adhering to federal regulations and historic preservation standards. Interested contractors must be part of the DHS/USCG National Multiple Award Construction Contract III - Pool One and submit their proposals by October 29, 2024, with a project budget estimated at $52 million. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.