USCG Station South Padre Island Door Replacement
ID: 70Z02925QNEWO0000004Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF OTHER WAREHOUSE BUILDINGS (Z1GZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 31, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the replacement of access doors and related hardware at the Coast Guard Station in South Padre Island, Texas. The project involves replacing five double doors and their components, ensuring compliance with safety standards and minimizing disruptions to regular operations. This procurement is crucial for maintaining the operational readiness and integrity of the facility, with a firm-fixed price contract expected to be awarded based on the lowest price/technically acceptable methodology. Interested vendors must submit their quotes by 3:00 PM CST on February 12, 2025, to Jeremy Lundberg at jeremy.l.lundberg@uscg.mil, and are required to adhere to the wage determination guidelines outlined in the attached documents.

Files
Title
Posted
Jan 31, 2025, 8:05 PM UTC
The document serves as a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically aimed at acquiring commercial products and services. The outlined requisition—identified by requisition and solicitation numbers—indicates a significant financial commitment of $22 million for the replacement of a storefront at the Waterfront Building in South Padre Island. Key details include the timeline for award, effective dates, and the necessary submissions from contractors, alongside specific clauses governing the contract's terms and conditions. It includes required contract clauses from the Federal Acquisition Regulation (FAR), stating expectations for service performance, compliance with quality standards, and adherence to specifications for hazardous materials management, cybersecurity, and other operational requirements. The document stresses the importance of adhering to guidelines for economically disadvantaged women-owned small businesses, thus promoting inclusivity in government procurement. This solicitation illustrates the U.S. government's intent to leverage its purchasing power to foster economic opportunities for WOSB and strengthen community values through equitable contracting practices.
Nov 21, 2024, 3:33 PM UTC
This document outlines the Federal Acquisition Regulation (FAR) provisions that govern instructions to offerors bidding for federal contracts involving commercial products and services. It specifies the submission format and required details for offers, including compliance with small business size standards, which depend on the acquisition's nature and set-aside programs. Additionally, it emphasizes the importance of submitting signed offers before deadlines, outlines the conditions for accepting late submissions, and addresses the government’s evaluation criteria, emphasizing price, technical capabilities, past performance, and delivery time for contract awards. The document also provides guidance on various representations and certifications related to the offeror's qualifications, including potential conflicts of interest, tax compliance, and adherence to child labor laws. It incorporates requirements for certifications regarding entity ownership, government debarments, and the provision of information for foreign end products. The overarching purpose is to ensure a transparent, competitive bidding process while protecting government interests and complying with legal and ethical standards in federal procurement.
Nov 21, 2024, 3:33 PM UTC
The document outlines a series of job plans related to maintenance tasks for hydraulic and cable electric passenger/freight elevators managed by the U.S. Coast Guard (USCG) at the SAM site. Each job plan details various inspection and maintenance tasks, including checking for operational issues, inspecting system components, lubricating mechanisms, and ensuring compliance with safety and operational standards. The job plans also include estimated durations and labor costs for each task, demonstrating a structured approach to elevator maintenance. Significantly, the document emphasizes the necessity of performing maintenance to adhere to local and state regulations, along with instructions for conducting annual inspections by certified contractors. The detailed breakdown of tasks with specified durations suggests a meticulous effort to maintain elevator safety and efficiency. Moreover, it highlights the overall organizational priority of workplace safety and adherence to maintenance protocols, reflecting the importance of operational readiness within federal service facilities. This structured maintenance request aligns with standards set forth in government Requests for Proposals (RFPs) and grants aimed at ensuring the safety and functionality of essential mechanical systems.
Nov 21, 2024, 3:33 PM UTC
This Request for Quotation (RFQ) is issued by the U.S. Coast Guard Base in New Orleans for specialized vendor services in the certification, inspection, and maintenance of two elevators and associated equipment. This solicitation is designed specifically for small businesses as indicated by the designated NAICS code (561210) and PSC code (S216), and it includes relevant FAR clauses and Department of Labor wage rates for service. The government anticipates awarding a Firm Fixed Price contract based on the lowest price evaluation from submitted quotes. Interested vendors are instructed to complete highlighted sections of the RFQ and submit their information via email by the specified deadline. The RFQ outlines essential communication details, including the issuing office and a contact number, while emphasizing that the request does not obligate the government to pay for incurred costs during the bidding process. Overall, the document underscores a structured procurement approach aimed at ensuring compliance, cost-effectiveness, and support for small business engagement in government contracts.
Nov 21, 2024, 3:33 PM UTC
The Department of Homeland Security's U.S. Coast Guard Base in New Orleans seeks a contractor for elevator maintenance and inspection services for two elevators at its facility. The project aims to ensure compliance with safety regulations and building codes. Key requirements include providing necessary labor, tools, materials, and equipment for routine inspections and maintenance according to established schedules while minimizing disruptions to normal operations. Contractors must have qualified personnel and perform services during designated hours, reporting any issues within a week. The contract spans five years, from January 2025 to December 2029, and the contractor bears liability for any damages resulting from negligence. This RFP outlines the expectations and scope of work essential for maintaining operational safety and compliance at the facility.
Jan 31, 2025, 8:05 PM UTC
The United States Coast Guard Station South Padre Island, Texas, is soliciting proposals for the replacement and repair of storage doors and related hardware on the waterfront building. Interested firms must conduct a thorough examination of the work scope and are encouraged to visit the site for accurate measurement and assessment. The project requires minimizing disruptions to regular operations, adhering to safety standards, and obtaining prior approvals for any work outside normal hours. Key responsibilities include notifying the Coast Guard one week before commencing work, ensuring proper waste disposal, and safeguarding utilities and existing structures during construction. The contractor is responsible for protecting materials and following stringent safety and operational regulations while on-site. The scope of work involves replacing five double doors, their components, and ensuring they meet South Texas environmental conditions. All work must be completed within 90 days of contract award and requires approval from the Contracting Officer’s Representative. This project exemplifies the Coast Guard's commitment to maintaining operational readiness and facility integrity while ensuring compliance with safety and regulatory standards.
Jan 31, 2025, 8:05 PM UTC
This document outlines the wage determination for building construction projects in Cameron County, Texas, under the Davis-Bacon Act, effective from January 3, 2025. It specifies that contractors must adhere to minimum wage rates per Executive Orders 14026 and 13658, contingent on contract dates and renewals. For contracts post-January 30, 2022, the minimum wage is $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30 per hour. The document lists various construction job classifications with their corresponding wage rates and fringe benefits. The document highlights that if necessary classifications are not listed, contractors must submit a conformance request. It also explains the classification indicators reflecting whether the rates are union-based or state-adopted and includes the appeals process for wage determinations. The regulations serve to ensure fair compensation for workers employed in federally funded construction projects while establishing clear guidelines for contractors regarding wage compliance and worker protections. Overall, it reflects the government's commitment to uphold labor standards in public construction contracts, enhancing both worker welfare and compliance with federal regulations.
Nov 21, 2024, 3:33 PM UTC
The document outlines Wage Determination No. 2015-5189 from the U.S. Department of Labor under the Service Contract Act, which mandates wage rates that federal contractors must pay their employees in specified Louisiana parishes. Effective January 30, 2022, contracts are required to pay a minimum wage of at least $17.20 per hour or the applicable wage from the determination for work performed. If contracts were awarded before this date and neither renewed nor extended, the previous minimum wage applies. The determination lists detailed wage rates for various occupations, ranging from administrative support to skilled trades, highlighting both hourly rates and required fringe benefits. Key updates include compliance with Executive Orders 14026 and 13658, establishing minimum wage and paid sick leave requirements. Beneath the wage rates, health and welfare benefits, vacation, and holiday options are specified, emphasizing employees’ rights. Additionally, the document outlines processes for classifying unlisted occupations, ensuring that contractors adhere to regulations. Overall, this wage determination serves to enforce minimum compensation standards for federal contractors, supporting fair labor practices while ensuring compliance in the contracting process.
Lifecycle
Title
Type
Solicitation
Combined Synopsis/Solicitation
Similar Opportunities
STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at the Station South Padre Island main building in Texas. Contractors are required to conduct a site visit for accurate assessments prior to submitting their proposals, with the contract awarded to the lowest-priced technically acceptable bidder, exclusively set aside for small businesses. The project involves troubleshooting and repairing HVAC systems, ensuring compliance with safety regulations, and completing the work within 90 days of the notice to proceed, with a projected expenditure between $25,000 and $100,000. Interested contractors should contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Susan B. Lawson at susan.b.lawson@uscg.mil for further details.
GASKET
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the procurement of 30 gaskets (part number M-404-1) through Request for Quote (RFQ) 70Z08525Q40042B00. This procurement aims to establish a firm, fixed-price purchase order to support the Coast Guard's operational and logistical needs, ensuring vessel readiness and maintenance. Vendors must comply with military standards for packaging and delivery, and are required to have current registration in SAM.gov. Quotations are due by 1 PM EST on March 12, 2025, with delivery expected by March 31, 2025. Interested vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
BOLT/NUTS/HINGE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotations for a variety of bolts, nuts, washers, and hinges, totaling 28 distinct items. This procurement aims to secure essential components necessary for Coast Guard operations, adhering to the Federal Acquisition Regulation (FAR) and resulting in a Firm Fixed Price Purchase Order. Vendors must ensure they have an active registration with SAM.Gov and submit proposals that include detailed item descriptions, quantities, unit prices, and estimated delivery dates, with all deliveries required by September 22, 2025. Interested parties can contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil for further information.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
VALVE, SOLENOID
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
GRATE LATCH, COMPRESSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide a GRATE LATCH, COMPRESSION as part of a federal contract opportunity. This procurement is categorized under a Total Small Business Set-Aside, indicating a focus on engaging small businesses in the shipbuilding and repairing industry, as denoted by the NAICS code 336611. The goods are essential components for building and maintaining maritime vessels, underscoring their importance in ensuring operational readiness and safety. Interested parties should reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or call 410-762-6509 for further details regarding the solicitation process.
Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for dry-dock repairs at the USCG Station Bellingham under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing unplanned underwater body repairs on the Coast Guard's RB-M 45 vessels, which includes tasks such as welding, ultrasonic testing, and hull inspections, all while adhering to safety and quality standards. This contract is crucial for maintaining the operational readiness of the Coast Guard fleet, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their proposals electronically by March 4, 2025, with an anticipated award date of March 11, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
PARTS KIT, FLUID PRESSURE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a parts kit related to fluid pressure, as outlined in solicitation number 70Z08525Q30015B00. This procurement involves specific commercial items necessary for the Coast Guard's logistical operations, with a focus on parts from Appleton Marine Inc., including detailed specifications and quantities. The goods are critical for maintaining operational readiness and ensuring the effectiveness of the Coast Guard's fleet. Interested vendors must submit their quotes by March 11, 2025, with a mandatory delivery date set for May 28, 2025. For further inquiries, potential bidders can contact Gina Baran at gina.m.baran@uscg.mil.
WAESCHE PARTS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide various parts for the CGC Waesche under a total small business set-aside contract. The procurement includes essential maintenance items such as solvent cleaners, gaskets, O-rings, and lockwashers, with specific part numbers and quantities outlined in the Statement of Work for fiscal year 2025, aiming for delivery by March 24, 2025. These components are critical for maintaining the operational readiness of the vessel, ensuring it remains fully functional for its missions. Interested vendors should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or by phone at 510-437-5436 for further details.
EXPANSION JOINTS/FLANGE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide various types of expansion joints, flanges, adapters, nipples, and bosses through a combined synopsis/solicitation. The procurement aims to acquire commercial items that meet detailed specifications and National Stock Numbers (NSN), with an emphasis on best value evaluation criteria, including completeness of requirements, delivery timelines, and competitive pricing. These components are crucial for maintaining the operational integrity of Coast Guard vessels and equipment. Interested vendors must be registered in SAM.Gov and comply with specific packaging, labeling, and invoicing requirements, with all inquiries directed to Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil. The solicitation number is 2125405Y152138564, and the place of performance is in Maryland, United States.