USCG Base New Orleans Elevator Maintenance
ID: 70Z02925QNEWO0000004Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

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 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    Pilot Locker Restroom Renovation
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Coated Steel Pipe Piles
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of coated steel pipe piles under solicitation number 70Z08426QWOPL0004. The contract aims to establish a three-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement for the supply and delivery of 12" and 18" diameter coated steel pipe piles to various Coast Guard facilities across the United States. These materials are critical for infrastructure projects and maintenance operations within the Coast Guard, ensuring the durability and reliability of their installations. Interested vendors must submit their quotes electronically by 3:00 PM Eastern on December 17, 2025, to the primary contact, James C. Kanash, at James.C.Kanash@uscg.mil, and should refer to the attached documents for detailed specifications and requirements.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires the contractor to provide all necessary labor, materials, equipment, transportation, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and night vision capabilities. This procurement is crucial for enhancing security measures at the facility and is estimated to be valued between $25,000 and $100,000, with a due date for offers set for December 15, 2025, at 12:00 PM EDT. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details and are encouraged to schedule site visits to develop accurate quotes.