CGC Ouachita Pier Repairs
ID: 70Z02925QNEWO0032Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

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 CGC Ouachita Pier Repairs project, which involves replacing approximately 1,400 board feet of wood decking and ten 8x8 caps in Chattanooga, Tennessee. Contractors are required to provide all necessary labor, materials, and equipment, and must conduct a mandatory site visit to assess existing conditions prior to submitting their proposals. This project is significant for maintaining the operational integrity of Coast Guard facilities and is exclusively set aside for small businesses, with a contract value estimated under $35,000. Interested parties must submit their quotes to Kala Lowe at kala.m.lowe@uscg.mil, ensuring compliance with all federal procurement guidelines and completing the work within 30 days of receiving the notice to proceed.

    Files
    Title
    Posted
    The United States Coast Guard is soliciting bids for a construction project at CGC Ouachita in New Orleans, focused on replacing approximately 1,400 board feet of wood decking and 10 8x8 caps. Interested contractors must provide all necessary labor, materials, and equipment, complying with the Statement of Work (SOW) outlined in the documents. A mandatory site visit is required to assess existing conditions before bidding, with proposals from those who don't inspect the site deemed non-compliant. The contract will be awarded based on the lowest reasonable price technically acceptable, and it is exclusively set aside for small businesses. Contractors must hold active registration in SAM.gov and adhere to federal contract clauses, ensuring domestic content in materials, and meeting specific performance requirements. The work is expected to commence within 10 days post-award, with completion required within 30 days. This solicitation illustrates the federal commitment to supporting small businesses while maintaining compliance with labor standards and safety regulations in construction projects.
    This document outlines updates and requirements related to federal solicitations and contracts, specifically focusing on the System for Award Management (SAM) and various provisions that affect potential offerors. It notes that certain representations, such as the Public Disclosure of Greenhouse Gas Emissions, may not be considered in proposals due to lagging policy updates. New clauses are included, mainly concerning biobased product certifications and sustainability initiatives mandated by USDA and EPA guidelines. Key additions include clauses for annual representations, biobased product certification, and waste reduction programs, with clear definitions and compliance expectations. Contractors are required to report biobased product purchases annually and implement effective waste reduction strategies. The document emphasizes promoting environmentally sustainable practices within government procurement processes, aiming to reduce environmental impact while ensuring compliance with applicable laws. This information is pertinent to entities responding to government RFPs and grants, ensuring that they meet specific sustainability requirements in their proposals.
    The document outlines requirements concerning the performance of work by contractors under federal procurement guidelines, specifically referencing FAR clause 52.236-1. It mandates that contractors must execute at least 25% of the contract work themselves, overseen by their organization. Possible adjustments to this percentage can occur via a supplemental agreement if deemed advantageous to the government. The document further clarifies that the calculation of work performed will consider laborers, mechanics, and foremen/superintendents under the contractor’s direct supervision, while excluding administrative labor. Contractors are required to submit a statement detailing what portions of the work will be performed by their own forces, alongside the cost schedule. Failure to comply may lead to a 15% withholding in retention on invoiced work not performed by the contractor’s workforce. Overall, the document emphasizes accountability and direct contribution by contractors to enhance the integrity and execution of government contracts.
    The Scope of Work document outlines the specifications for a project at CGC Ouachita in Chattanooga, TN, focusing on the replacement of approximately 1,400 board feet of wood decking and ten 8x8 caps. All materials will be supplied and installed by the contractor, who must conduct a mandatory site visit prior to bid submission. Key steps include submitting a safety plan, work schedule, and notifying the designated Coast Guard officer before commencing work. The project must be completed within 30 calendar days after receiving notice to proceed. Coordination with the Coast Guard is essential to minimize disruption, and the contractor must adhere to all safety, environmental, and utility requirements. The contractor is also responsible for maintaining the cleanliness of the work area and providing a list of personnel for site access. Upon project completion, a final inspection will be required. This document serves as a formal request for proposals (RFP) and establishes compliance expectations with federal, state, and local regulations, emphasizing safety and environmental protection throughout the construction process.
    Lifecycle
    Title
    Type
    CGC Ouachita Pier Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    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 entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project involves removing and replacing a 9FT x 48FT flat roof section, installing flashing and sealant, and disposing of old roofing materials, with a performance period of 45 calendar days. This procurement, estimated to be under $25,000, emphasizes compliance with federal, state, and local regulations, including safety and environmental standards. Interested contractors 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 with MKC Gavin Kozak at (915) 238-8287 to develop accurate quotes.
    USCGC TAMPA Stbd Controllable Pitch Propeller (CPP) Blade Bolts, Renew In-Water
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the renewal of the starboard Controllable Pitch Propeller (CPP) blade bolts on the USCGC TAMPA, to be conducted in-water. The contractor will be responsible for replacing all six blade bolts, extracting a broken bolt, flushing the CPP hydraulic system, and adhering to specific Coast Guard guidelines and federal regulations during the process. This work is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Proposals must be submitted by December 9, 2025, with the work scheduled to take place from December 15 to December 19, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested parties should contact Joshua Miller at joshua.n.miller@uscg.mil for further details.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    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.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing flooring, seating, tables, wall wainscoting, and dividers in the auditorium space (room M201), with a requirement for the contractor to commence work within ten days of receiving the notice to proceed and complete the project by August 31, 2026. This procurement is significant as it aims to enhance the functionality and aesthetics of a key facility within the academy, and it is set aside exclusively for small businesses under the NAICS code 236220, with an estimated contract value between $500,000 and $1,000,000. Interested vendors should note that the solicitation package will be available on December 5, 2025, with bids due by January 6, 2026, and can contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.