Roof and Gutter Replacement - Depoe Bay, OR
ID: 70Z03326QSEAT0001Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

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 qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Proposal (RFP) outlines the scope of work for replacing and repairing a failed three-tab asphalt shingled roof and adding rain gutters to a single-story 1500 sq ft Coast Guard-owned house at 30 Jewel Ct., Depoe Bay, OR. The project requires the contractor to inspect the existing roof and decking, replace rotten sections, remove three skylights and cover them with decking, and install new architectural composition asphalt shingles with a Class 4 rating. Additionally, new rain gutters with downspouts must be installed around the entire perimeter, and all roof protrusions, including a chimney, need re-flashing. The contractor is responsible for maintaining a quality control program, adhering to OSHA safety standards, and ensuring proper disposal of hazardous materials. Work must commence within 30 business days of notice to proceed, with hours from 0800 to 1700, Monday through Friday, excluding federal holidays. Invoicing will be processed electronically through the Invoice Processing Platform (IPP) at https://www.ipp.gov/.
    The General Decision Number OR20250004 outlines prevailing wage rates for residential construction projects in Coos County, Oregon, effective September 26, 2025. This document applies to single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The wage determination includes rates and fringes for various crafts like Carpenters, Electricians, Power Equipment Operators, Laborers, Cement Masons, and Truck Drivers, along with zone differentials for specific metropolitan areas and cities. It also provides information on the appeals process for wage determinations and outlines identifiers for union, union average, survey, and state-adopted wage rates.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    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 involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    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.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    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.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    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.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    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.