USCG Station Fort Lauderdale Stucco Repair
ID: 30315PR240000018Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE MIAMI(00028)MIAMI, FL, 33132, USA

NAICS

Masonry Contractors (238140)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of stucco repair services at USCG Station Fort Lauderdale. Stucco repair is typically used to restore and maintain the exterior walls of buildings. The procurement is set aside for small businesses and falls under the NAICS code 238140 for Masonry Contractors. The place of performance for this project is in Dania, Florida, United States. For more information, interested parties can visit the following link: Stucco Repair Notice. For any inquiries, the primary contact is Marketplace Support, who can be reached at MarketplaceSupport@unisonglobal.com or 877-933-3243.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    US Coast Guard Sturgeon Bay Housing Painting
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for interior painting services at housing units located in Sturgeon Bay, Wisconsin. Contractors are required to prepare surfaces, remove obstructions, and apply a minimum of two coats of paint while adhering to specified color schemes and quality standards. This project is crucial for maintaining the aesthetic and functional integrity of Coast Guard facilities, reflecting the government's commitment to quality service. Interested vendors must submit their quotes on business letterhead, including a breakdown of materials and labor, to Jordan Drew at JORDAN.G.DREW@USCG.MIL, with a deadline for proposals and a requirement to register in the System for Award Management (SAM) prior to bidding.
    New Roof for CG Owned House in Depoe Bay, OR.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide a new roof for a Coast Guard-owned house located in Depoe Bay, Oregon. The procurement involves services related to roofing and siding materials, categorized under the NAICS code 811490 for Other Personal and Household Goods Repair and Maintenance. This project is essential for maintaining the integrity and safety of government housing, ensuring it meets operational standards. Interested parties can obtain further details and submit inquiries to Marketplace support via email at marketplacesupport@unisonglobal.com or by phone at 877-933-3243.
    Replacing Missing Stucco Facade, Building 4169
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the missing stucco façade at Building 4169, located at Marine Corps Air Station Cherry Point, North Carolina. This project involves refurbishing the building's exterior, with a completion deadline of 60 days post-award and an estimated cost ranging from $25,000 to $100,000, exclusively open to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors. The procurement emphasizes compliance with federal labor regulations, including wage determinations, and requires contractors to submit bids by May 14, 2025, along with necessary bid bonds. Interested contractors can reach out to Evan Dumke or Ericka J. Bishop for further information.
    Repair Bldg. 100 Facade
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the repair of the stucco siding on Building 100 at the 105th Airlift Wing in Newburgh, New York. This procurement is a Total Small Business Set-Aside, requiring contractors to provide services in accordance with the Performance Work Statement (PWS), which includes the replacement of damaged stucco panels and adherence to specific material and color matching requirements. The project is crucial for maintaining the structural integrity and aesthetic appearance of military facilities, ensuring compliance with federal standards. Interested contractors must submit their quotes by 11:00 AM EST on May 2, 2025, and can contact Joseph Kugler at joseph.kugler.1@us.af.mil or Kevin Fenner at kevin.fenner.1@us.af.mil for further information.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    OFFICER CLUB DISHWASHER REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repair services for a broken dishwasher at the Coast Guard Academy in New London, Connecticut. The procurement involves replacing parts and ensuring the dishwasher is fully operational, which is essential for maintaining kitchen operations at the facility. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 238290 for Other Building Equipment Contractors. Interested parties should contact Katherine M. Discenza at Katherine.M.Discenza@uscg.mil for further details regarding the solicitation process.
    CHOCKFAST, COMPOUND
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Chockfast, a sealing epoxy-based compound, through a combined synopsis/solicitation process. The requirement includes 86 kits of Chockfast, which are essential for mounting various types of machinery and performing foundation repairs, ensuring durability and resistance to oils and chemicals. This procurement is critical for maintaining operational readiness and equipment integrity within the Coast Guard's logistics framework. Interested vendors must submit their quotations by the specified deadline, ensuring they have an active registration in SAM.gov, and can contact Erica Perry or Shannon Carter for further inquiries. The anticipated delivery date for the materials is May 8, 2025, with all shipments required to be sent to the designated Coast Guard facility in Baltimore, Maryland.
    70Z03025QCLEV0067 - U.S. Coast Guard Station St. Ignace Family Housing Painting Project
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the Family Housing Painting Project at the USCG Station in St. Ignace, Michigan. The project involves providing all necessary labor, materials, equipment, and supervision to paint five family housing units, with specific requirements outlined in the Statement of Work, including surface preparation and adherence to safety and regulatory standards. This procurement is estimated to be under $25,000, and interested contractors are encouraged to conduct site visits to develop accurate quotes, with all inquiries directed to the primary contact, George A. Bermeo, at george.a.bermeo@uscg.mil or 571-610-3240. The period of performance is expected to be completed within 60 calendar days from the date of award, and all relevant solicitation documents can be accessed online.
    ST. JULIEN?S CREEK ANNEX BUILDING 18Y BRICK REPAIRS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is seeking contractors for the St. Julien's Creek Annex Building 18Y Brick Repairs project. This procurement involves the repair or alteration of industrial buildings, focusing on the restoration of brickwork at the specified facility. Such repairs are crucial for maintaining the structural integrity and aesthetic value of military installations. Interested contractors should note that this opportunity is set aside for 8(a) certified businesses, and they can obtain further details by logging into the PIEE portal and searching for solicitation number N4008525R2681. For inquiries, Emily Grissom can be contacted at emily.a.grissom.civ@us.navy.mil or by phone at 760-637-1670, with Michele Friedlein available at michele.m.friedlein.civ@us.navy.mil or 757-396-4645.