USCG SEC SE NEW ENGLAND SECURITY GATE REPLACEMENT
ID: 37020PR250000003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CAPE COD(00052)BUZZARDS BAY, MA, 02542, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of a security gate at the Sector Southeast New England in Woods Hole, Massachusetts. The project entails providing all necessary personnel, equipment, and materials to remove a damaged 30 ft. security gate and construct a new gate, including operational testing and compliance with safety regulations. This procurement is crucial for maintaining security infrastructure at the facility, with a contract value estimated between $25,000 and $100,000, and completion required within 30 calendar days of the notice to proceed. Interested contractors should contact Steve Mensen at STEVEN.L.MENSEN@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details.

Files
Title
Posted
Mar 31, 2025, 8:04 PM UTC
The document outlines General Decision Number MA20250001, effective March 21, 2025, concerning wage determinations for building construction projects in various counties in Massachusetts. It emphasizes compliance with the Davis-Bacon Act, detailing minimum wage rates applicable under Executive Orders 14026 and 13658 for construction contracts based on their award dates. The rates vary by worker classification, covering various professions including asbestos workers, electricians, plumbers, and laborers along with specific regional adjustments based on wage surveys. The file provides comprehensive wage rates and fringe benefit details for different labor categories, illustrating significant variances across geographical zones, thereby establishing minimum compensation standards for federal contractors. The adjustments in wage rates are highlighted, ensuring contractor adherence to state and federal regulations, including paid sick leave as per Executive Order 13706. The document notifies contractors of their obligations to submit conformance requests if necessary job classifications are absent from the determination. Overall, this general decision serves as a guiding framework for fair labor practices and wage standards in public construction projects within Massachusetts, furthering governmental efforts to maintain equitable treatment of laborers in federally funded contracts.
Mar 31, 2025, 8:04 PM UTC
The document serves as a Request for Quote (RFQ) for contractors to provide labor, materials, and supervision for work at the U.S. Coast Guard Base in Cape Cod, MA. Contractors must submit quotes using the Standard Form 1442 and provide detailed pricing for the required services, ensuring that all quotes include applicable taxes. The performance timeframe is specified as 60 calendar days post-Notice to Proceed, with conditions regarding weather days affecting the timeline. Contractors are required to maintain specified insurance coverage and submit binding documents upon award. Special provisions emphasize compliance with green purchasing standards and require a clear format for all invoices, including information like contract numbers and DUNS numbers. The document further outlines representations, certifications, and clauses addressing federal acquisition regulations, ensuring clarity on contractor responsibilities and rights. The procurement estimated range is between $25,000 and $100,000, fostering transparency in the contracting process while underscoring the importance of compliance with government regulations and environmental policies.
Mar 31, 2025, 8:04 PM UTC
The Statement of Work outlines the requirements for the replacement of a security gate at the U.S. Coast Guard Sector Southeast New England in Woods Hole, MA. The contractor is responsible for providing all personnel, tools, materials, and services necessary to replace a damaged 30 ft. security gate track and slide gate trolley. Key tasks include removing the existing gate, constructing a new gate from specified materials, and operational testing. Contractors are encouraged to conduct site visits before work commencement, and must coordinate operations to minimize interference with ongoing government functions. The project includes stipulations for site supervision, property protection, waste disposal, and adherence to safety and environmental regulations. The entire contract work, including final acceptance, must be completed within 30 calendar days, with a warranty period of one year on the completed work. These details are crucial for ensuring that the replacement meets federal standards and operational requirements.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
Install Pedestrian Gate, USBP Swanton Sector HQ
Buyer not available
The General Services Administration (GSA) is seeking a contractor to install a new pedestrian gate at the Swanton Sector Headquarters of the U.S. Border Patrol in Vermont. The project involves the installation of the gate within the existing chain link fence adjacent to an automated vehicle gate, facilitating egress from the fenced area behind the main building. This procurement is significant as it enhances security and access for personnel at the facility. The estimated cost for this project ranges from $25,000 to $100,000, and it is exclusively reserved for small businesses under the Total Small Business Set-Aside program. Interested parties should note that the solicitation package will be available on or about April 29, 2025, and can direct inquiries to Lyska Bishop Benitez at lyska.bishopbenitez@gsa.gov or by phone at 617-531-2635.
USCG Base Cape Cod Nantucket Landscaping
Buyer not available
The Department of Homeland Security, through the US Coast Guard, is seeking qualified contractors to provide landscaping services at multiple housing locations on Nantucket Island for Base Cape Cod. The procurement includes grounds maintenance tasks from May 1 to October 31, which encompass bi-monthly lawn mowing, edge trimming, monthly weeding, and management of vacant housing, all while adhering to strict environmental and safety standards. This initiative is crucial for maintaining safe and aesthetically pleasing living environments for Coast Guard personnel and their families. Interested parties can reach out to Nicko Palacios at Nicholas.d.palacios2@uscg.mil or Jeremy Frye at jeremy.d.frye@uscg.mil for further information.
70Z03025QCLEV0056 - U.S. Coast Guard Sector Northern Great Lakes Housing Units Flooring Replacement Project
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the flooring replacement project at the Sector Northern Great Lakes Housing Units located in Lake Isabella, Michigan. The project requires the provision of all labor, materials, equipment, and supervision necessary for the removal of old flooring and installation of new flooring in various housing units, with completion expected by September 1, 2025. This initiative is crucial for maintaining the quality of living conditions for Coast Guard personnel and their families. Interested contractors should prepare to submit their proposals, with an estimated contract value between $25,000 and $100,000, and direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL.
MAPLE DD FY25_Doors, Hatches, Scuttles
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the fabrication of watertight doors, hatches, and scuttles for the USCGC Maple (WLB 207) as part of its drydocking preparations for FY2025. The procurement requires compliance with various Coast Guard specifications and standards, including detailed descriptions of the required products, their sizes, and locations onboard the vessel. This fabrication is critical for ensuring the operational readiness and safety of the vessel, adhering to established safety and quality regulations. Interested contractors should note that the performance period is from September 16, 2025, to December 14, 2025, and they can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL for further details.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in high-risk maritime environments, with an estimated total evaluated price of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.
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.
Security Fence Improvements, Hop Brook Lake, Middlebury, CT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is soliciting quotes for security fence improvements at Hop Brook Lake in Middlebury, Connecticut. The project involves the removal of existing chain link fencing and gates, followed by the installation of new 7-foot-tall chain link security fencing, multiple gates, and a vehicular barrier gate to enhance security measures at the facility. This initiative reflects the government's commitment to improving infrastructure security and safety protocols at federal installations. Interested vendors must have an active registration in SAM.gov and submit their quotes via email by the specified deadline, with the estimated contract value ranging between $100,000 and $250,000. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
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.