70Z03025QCLEV0067 - U.S. Coast Guard Station St. Ignace Family Housing Painting Project
ID: 70Z03025QCLEV0067Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The CG Base Cleveland Reference Information Form is a document required for responding to federal and state-specific Requests for Proposals (RFPs) or grants, focusing on contractor qualification and project execution. Key components include general company information such as name, address, and contact details, alongside a requirement for references related to similar work performed. Contractors must outline their relevant experience, any past job terminations, potential challenges in project completion, and the percentage of work they intend to subcontract. Compliance with the Davis-Bacon Wage Act for prevailing wages is also assessed. The form requests three references from previous projects to demonstrate reliability and experience. This structured approach aims to ensure that contractors meet rigorous requirements for quality, accountability, and adherence to federal and local regulations, facilitating the selection of qualified vendors for government projects.
    The document is a Request for Information (RFI) form designed for submission to the Contracting Officer at the U.S. Coast Guard Base Cleveland. Its primary purpose is to facilitate communication regarding solicitations for government contracts, allowing interested parties to request clarifications or propose changes related to project specifications. The form requires detailed information, including the solicitation number, project location, specific inquiries, and contact information of the requestor. Additionally, the response section is reserved for the contracting officer's feedback, which can either clarify existing solicitation terms or indicate proposed amendments that will be formally issued. The clarity and organization of the document ensure an efficient process for managing inquiries and maintaining the integrity of the solicitation terms. This RFI process is a vital step in federal contracting, fostering transparency and collaboration between government agencies and potential contractors.
    The document is a solicitation for bids related to the U.S. Coast Guard Station St. Ignace Family Housing Painting Project in Michigan. It outlines the requirements for contractors to provide labor, materials, equipment, and supervision for the painting project. Key points include submission protocols, such as returning a complete solicitation package, pricing information including a base quote that must include taxes, and necessary identification numbers. Moreover, various sections detail contract administration, including delivery and performance expectations, inspection and acceptance criteria, and invoicing procedures through the Invoice Processing Platform. Specific clauses regarding insurance, required bonds, and green purchasing practices under Environmental Executive Orders are also included. The estimated contract value is under $25,000, and the contractor's qualifications, including English proficiency, need to be verified. The document emphasizes compliance with procurement regulations, environmental guidelines, and safety requirements, serving as a framework for contractors interested in bidding for the Coast Guard project.
    The government document outlines a Request for Proposal (RFP) for a construction project related to painting five family housing units at the USCG Station in St. Ignace, Michigan. The solicitation requires interested contractors to submit sealed bids to the contracting specialist via email. It details several essential components including bidding procedures, licensing requirements, and performance expectations. Contractors are required to begin work promptly after the award, complete the project within a specified timeframe, and provide necessary performance and payment bonds. Additionally, all inquiries must be submitted in writing prior to the bid opening. The document emphasizes adherence to the scope of work detailed in the Statement of Work and the necessity of including certain contractual documents within the submission. Overall, the purpose of this file is to solicit offers from qualified contractors to fulfill the project’s requirements while establishing clear guidelines and expectations for the bidding process.
    The Department of Homeland Security's United States Coast Guard seeks contractors for an interior painting project at Coast Guard Housing in Saint Ignace, MI. The work involves preparing surfaces, removing obstructions, and ensuring proper conditions before painting. Contractors must follow detailed preparation guidelines, including caulking, priming, and applying multiple paint coats with specified colors (mostly white) while adhering to federal, state, and local regulations. The project covers five residences, each requiring completion within one week of initiation, starting within five days of notification. A site visit is encouraged for accurate scope assessment. The contractor is responsible for all materials, ensuring the area is left clean, and for any damages incurred during the project. Effective communication with the designated Point of Contact (POC) is mandatory, as no modifications can occur without permission. The timeline for unit availability varies from January to October, requiring staggered project management to accommodate the unsynchronized readiness of units. This request for proposal emphasizes the importance of quality control and adherence to safety and regulatory standards.
    The document outlines the General Decision Number MI20250007 related to residential construction projects in several counties in Michigan, indicating wage determinations adhering to the Davis-Bacon Act. It emphasizes that construction contracts must comply with minimum wage rates specified in Executive Orders 14026 and 13658, effective from January 30, 2022, and detailing rates for various labor classifications, including bricklayers, electricians, plumbers, and laborers, among others. Wage rates vary by classification and geographical area, with specific minimum wage levels for covered workers depending on contract initiation or renewal dates. The document also outlines the appeals process for wage determination, stressing the importance of compliance with regulations regarding contractor requirements and worker protections for federally funded projects. Furthermore, it highlights the inclusion of paid sick leave provisions as mandated under Executive Order 13706, reinforcing contractor obligations to provide employee benefits. Overall, this decision provides critical wage and labor information for government-funded residential projects, ensuring fair worker compensation and adherence to federal regulations while supporting construction efforts across Michigan.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70Z03025QCLEV0077 Guard Rail Replacement Sturgeon Bay, Wisconsin
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of guard rails at its facility in Sturgeon Bay, Wisconsin, under solicitation number 70Z03025QCLEV0077. The project requires contractors to provide a detailed breakdown of estimated materials, labor, and man-hours necessary for the completion of the work, which must adhere to federal, state, and local regulations. This procurement is set aside for small businesses, with a firm fixed-price contract type, and emphasizes compliance with wage determinations under the Davis-Bacon Act, requiring a minimum wage of $17.20 per hour for applicable labor classifications. Interested vendors must submit their quotes on business letterhead to Jordan Drew at jordan.g.drew@uscg.mil by the specified deadline, and a site visit is scheduled for May 28, 2025, to assess project conditions.
    Removal of a Collapsed Pavilion
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the removal of a collapsed pavilion at Station Cape Disappointment in Ilwaco, Washington. The project involves the complete removal of the pavilion, which measures approximately 40’x20’, ensuring that the underlying concrete slab remains undamaged, and must be completed within eight days of contract award. This initiative is crucial for maintaining safety and the professional appearance of the facility, reflecting the Coast Guard's commitment to operational standards. Interested small businesses must submit their quotes to Thomas Gresham via email by 10 AM (EST) on May 19, 2025, referencing solicitation RFQ number 70Z03325Q31190034.
    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.
    70Z03025QCLEV0073 Sector Lake Michigan Lawncare Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide lawn care services for Sector Lake Michigan, located in Milwaukee, Wisconsin. The contract encompasses a base year and four option years, requiring the contractor to manage approximately 5 acres of land, performing tasks such as mowing, edging, trimming, and maintaining planting beds with seasonal flowers while adhering to environmental stewardship practices. The total estimated procurement range for this project is between $25,000 and $100,000, with proposals due to be submitted on business letterhead, including detailed pricing and compliance with federal regulations. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to SKC Jordan Drew at jordan.g.drew@uscg.mil, with a site visit scheduled for May 5, 2025, at 10:00 AM Central Time.
    Design-Build Sitka Waterfront Improvements (Sitka, AK)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative involves the design and construction of a new fixed Seagoing Buoy Tender (WLB) wharf and approach pier, along with optional enhancements such as a Boat Bay Maintenance Facility and a floating dock for Fast Response Cutters (FRCs). The project is critical for enhancing the operational capabilities of the Coast Guard and ensuring compliance with environmental regulations, particularly concerning marine life protection during construction activities. Interested contractors must submit their proposals by May 15, 2025, and can direct inquiries to Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil, with a total project value estimated at approximately $48 million and a performance period of 1,030 calendar days post-award.
    CGC ESCANABA DS1 FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, ensuring the vessel's operational readiness and compliance with military standards. This contract is particularly significant as it emphasizes the use of small businesses, including those owned by women and service-disabled veterans, and is structured as a firm-fixed price agreement. Interested parties should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with key deadlines including the submission of offers and drawing requests set for May 7, 2025.
    NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the National Multiple Award Construction Contract III - Pool One, specifically for the Base Seattle Slip 36 Comprehensive Environmental Response Compensation and Liability Act (CERCLA) cleanup and waterfront recapitalization Phase 1A project. This project entails a Design-Bid-Build approach that includes the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters, with an estimated budget of approximately $190 million. The procurement is critical for enhancing operational capabilities while ensuring compliance with environmental standards, reflecting the government's commitment to environmental remediation and facility modernization. Interested contractors must submit non-price proposals by April 29, 2025, and price proposals by May 7, 2025, with inquiries due by March 13, 2025; for further information, contact Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil.
    CGC HICKORY UNPLANNED DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform unplanned drydock repairs on the USCGC Hickory (WLB 212). The procurement aims to acquire commercial ship repair services, including various maintenance tasks such as hull inspections and thruster unit overhauls, to ensure the vessel's operational readiness. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested vendors must submit their quotations electronically by May 20, 2025, with a performance period scheduled from June 3 to June 17, 2025. For further inquiries, potential offerors can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    CONSTRUCT SCAFFOLDING/SHRINK WRAP/DISASSEMBLE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and shrink wrap services for a project at the U.S. Coast Guard Yard in Curtis Bay, Maryland. The procurement involves constructing scaffolding, providing shrink wrap enclosures, and subsequently disassembling both the scaffolding and the shrink wrap, all to be completed within a nine-day timeframe starting June 22, 2025. This project is critical for ensuring safe and efficient maintenance of a 154-foot Fast Response Cutter while adhering to OSHA standards and environmental regulations. Interested vendors must submit their quotes via email to Erica Perry by May 23, 2025, at 12:00 PM (Eastern), and the procurement is set aside for small businesses under the SBA guidelines.
    INSULATION RENEWAL ON 45’ RESPONSE BOAT - MEDIUM
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a fixed-price contract to perform insulation renewal on a 45-foot Response Boat – Medium (RB-M) at the USCG Base Miami Beach in Florida. The contractor will be responsible for providing all necessary labor, materials, and equipment to install insulation in designated areas, including the Engine Room Machinery Space and the Pilot House, as outlined in the scope of work. This project is crucial for maintaining the operational readiness of USCG vessels, ensuring they meet safety and performance standards. Proposals are due by May 16, 2025, with an anticipated award date of May 28, 2025. Interested parties should contact Bryan Goltz at Bryan.W.Goltz@uscg.mil or 305-535-4337 for further details and to arrange a site visit.