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
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    USCGC Kanawha Dockside Components Blast and Paint
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Request for information - Juneau Family Housing
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information regarding the direct lease of new construction housing in Juneau, Alaska, with the potential for eventual acquisition. The project aims to provide sixty-one housing units, including a mix of one to four-bedroom units, with specific requirements for accessibility and compliance with local, state, and federal standards. This initiative is crucial for accommodating eligible Coast Guard personnel and their families stationed in the area, with a lease term of one year and options for up to four extensions, potentially leading to a purchase in the second year. Interested parties can contact David Brumley at David.E.Brumley@uscg.mil or call 510-637-5529 for further details and to participate in upcoming public meetings regarding the project.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.