Station Oak Island Gate Replacement
ID: 70Z08124QELIZ0017Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

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 bids for the replacement of the gate operator, keypad, and main gate at the USCG Station Oak Island in North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to complete the installation, with a project timeline that mandates work commencement within 14 days of contract award and completion within 28 working days. This procurement is exclusively set aside for small businesses under NAICS code 333998, with a maximum employee threshold of 700, and all quotes must be submitted by noon Eastern Time on September 18, 2024, via email to the designated contact, Tami Clark. Interested bidders must ensure they have an active vendor record at SAM.gov and comply with all federal regulations, including wage determinations and safety protocols, to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document outlines a request for bids to install a new gate operator, keypad, and main gate at the USCG Station Oak Island, NC. The contractor is expected to provide all necessary supervision, labor, materials, and equipment for the project. The proposal deadline is set for September 18, 2024, with submissions required to be sent via email to the designated contact. This procurement is specifically set aside for small businesses under the NAICS code 333998, with a maximum employee standard of 700. All bidders must have an active vendor record at SAM.gov and meet size requirements to qualify for award consideration. The government reserves the right to cancel the solicitation, and it anticipates awarding a Firm-Fixed Price contract. While site visits are not mandatory, they are encouraged, and any questions about the solicitation must be submitted in writing by September 11, 2024. Overall, this document serves as a formal invitation for proposals in compliance with federal grant and contracting guidelines.
    The document discusses specifications regarding the installation of a cantilever gate and associated access control systems. The gate is currently galvanized, but a request has been made to coat it with black PVC to enhance its longevity. A detail is provided about the layout: a keypad for the access control system will be installed outside the gate, with connections running beneath asphalt. The required opening for the gate is specified as 24 feet long, with clarifications needed on whether this refers to the gate's dimensions or operational opening. Furthermore, it confirms that programming will be required for the access control panel, ensuring the gate functions fully upon completion. This document appears to be related to a government RFP or grant process that addresses facilities management and infrastructure upgrades, emphasizing the importance of durability and functionality in the implementation of security systems.
    The document provides the Wage Determination No. 2015-4435, issued by the U.S. Department of Labor's Wage and Hour Division for contracts subject to the Service Contract Act (SCA) in North Carolina and South Carolina. It outlines minimum wage requirements based on the applicable Executive Orders, detailing rates effective for the year 2024: $17.20 for contracts awarded post-January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. Various occupations are listed with corresponding hourly rates, fringe benefits, and essential provisions under Executive Order 13706 related to paid sick leave for federal contractors. The document specifies health and welfare benefits amounting to $4.98 per hour and other benefits like vacation and holiday pay. It underscores compliance requirements for employers under the SCA, including classification of occupations not listed and the conformance process for wage rates. The directive serves to ensure fair compensation and protections for workers engaged in federal contract work, aligning with the federal government's commitment to uphold labor standards and worker rights. Overall, this wage determination facilitates adherence to labor laws during contract executions funded by government sources.
    The Gate and Operator Renewal project at USCG Station Oak Island aims to replace the existing gate operator, keypad, and main access gate. Contractors must commence work within 14 days of contract award and complete it no later than 28 working days. Key tasks include isolating the current gate operator, demolishing old equipment, and installing new components, such as the DOORKING Model 9150-080 Slide Gate Operator and associated access control equipment. Contractors must ensure compliance with federal, state, and local regulations during demolition and installation. The contractor is required to perform certain safety and environmental protections, including notifying relevant personnel of activities that could impact safety or the environment, submitting safety and environmental plan documents, and managing hazardous materials responsibly. All work must adhere to best practices and be inspected before acceptance. Clear identification of personnel and vehicles on site is also mandated. The document emphasizes the importance of site visits, supervision, and the rights of workers regarding safety and health during the project. This process underscores the government's commitment to maintaining secure access while satisfying safety regulations and operational efficiency.
    The document outlines the Offeror Representations and Certifications necessary for federal contractors submitting proposals for commercial products and services. Offerors must complete specific sections based on their current registration status in the System for Award Management (SAM). It defines key terms, including "economically disadvantaged women-owned small business," "small business concern," and "sensitive technology," while detailing compliance requirements regarding labor regulations, contract participation, and procurement regulations. Key requirements include the representation of business status (small, veteran-owned, women-owned), compliance with child labor prohibitions, and adherence to the Buy American Act. Specific certifications regarding federal tax liabilities, debarment status, and controlled substances are also mandated. The document serves as a guide for prospective contractors, ensuring they understand and fulfill eligibility criteria, protections, and compliance measures essential for government contracts. Overall, it serves to facilitate fair and equitable procurement processes by ensuring that contractors meet established federal standards, contributing to transparency and accountability in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    Watertight Hatch
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a Watertight Hatch through a Combined Synopsis/Solicitation notice. A Watertight Hatch is a type of equipment used in marine vessels to provide a secure and watertight seal for access points. The procurement is set aside for small businesses and will be awarded on a firm-fixed-price basis. Interested vendors must submit quotes by 0800 Pacific Time on November 22, 2023. The delivery address is USCGC CIMARRON, 700 Coast Guard Rd., Buchanan, TN 38222. For more information and to submit quotes, contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement includes tasks such as leaf and needle cleanup, weed spraying, and general landscaping maintenance, with specific requirements outlined in the Statement of Work. These services are essential for maintaining the aesthetic and operational standards of the facilities, ensuring compliance with security protocols. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 19, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation number 70Z03324QBASEA128. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and compliance with federal wage determinations is required.
    Annual inspections and load testing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Special Mission Training Center, is seeking qualified small businesses to conduct annual inspections and load testing of equipment. This procurement aims to ensure the maintenance and operational readiness of materials handling equipment, which is critical for the Coast Guard's mission effectiveness. Interested vendors must submit their pricing bids through the Unison Marketplace platform, with the solicitation closing on September 19, 2024, at 11:00 AM Eastern Time. For further inquiries, vendors can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Replacement of steam boilers in bldg. 87 at USCG Base Elizabeth City
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace steam boilers in Building 87 at USCG Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to remove the existing natural gas-fired steam boilers and install new ones, ensuring compliance with local regulations and safety standards. This project is crucial for maintaining operational functionality at the facility and is set aside exclusively for small businesses under NAICS code 238220, with a completion timeline of 30 days post-award. Interested vendors must submit their quotes by noon Eastern Time on September 23, 2024, and are encouraged to attend a mandatory site visit on September 17, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Rubens E. Rodriguez at rubens.e.rodriguez@uscg.mil or by phone at 252-334-5172.