SANDBLAST AND POLYURETHANE APPLICATION FOR STEEL TABLES, US COAST GUARD CAMP LEJUNE, NC
ID: 70Z04925QTRAP00059Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDTRACEN PETALUMA(00049)PETALUMA, CA, 94952, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

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 seeking quotations for sandblasting and polyurethane application services for twelve steel tables at the Special Missions Training Center in Camp Lejeune, North Carolina. The objective is to prepare these tables for outdoor and industrial use by enhancing their resistance to rust, corrosion, and wear through thorough preparation, sandblasting, and a smooth application of a 3mm polyurethane coating. This procurement is critical for maintaining equipment essential to the Coast Guard's operations, ensuring high-quality maintenance services are provided. Interested small businesses must submit their bids via the Unison Marketplace by May 7, 2025, and can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.

    Point(s) of Contact
    Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
    (877) 933-3243
    marketplacesupport@unisonglobal.com
    Files
    Title
    Posted
    The United States Coast Guard (USCG) is soliciting quotations for sandblasting services on weapon cleaning tables at the Special Missions Training Center in Courthouse Bay, Camp Lejeune, NC. This combined synopsis/solicitation seeks commercial services under NAICS code 811490 and requires interested companies to submit RFQs by the specified date. The contract will be awarded based on a Best Value evaluation, considering factors such as technical capability, past performance, and pricing. Offerors must demonstrate their ability to meet the Statement of Work (SOW) requirements by detailing their proposed plans and methodologies. Past performance details must include references from similar contracts. The final evaluation will incorporate a comprehensive review of technical abilities alongside cost, where offerors’ total prices should reflect an understanding of the solicitation’s requirements. Quoters must comply with specific submission formats, including distinct volumes for pricing, technical approaches, and past performance data. The document also emphasizes the importance of adhering to FAR provisions and highlights that late submissions will be handled per FAR guidelines. This solicitation reflects the USCG’s intent to secure high-quality maintenance services for equipment essential to its operations.
    The Request for Quotation (RFQ) 70Z04925QTRAP00059 outlines the terms, conditions, and evaluation criteria for a federal procurement process governed by various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key aspects include adherence to affirmative action compliance, representations and certifications, and contractual provisions that ensure the protection of government interests. The document emphasizes the evaluation of offers based on technical capability, past performance, and price, utilizing a Best Value Trade Off approach where technical quality can outweigh cost. Specific clauses prohibit contracting with entities using telecommunications or software linked to certain foreign companies, such as Kaspersky Lab, due to national security concerns. Additionally, compliance with environmental regulations, reporting obligations, and contractor responsibilities regarding workforce protections, such as whistleblower rights, are detailed. The RFQ mandates that offerors disclose their business size status and any relevant past performance experiences while presenting a comprehensive plan for service delivery that meets the government's requirements. Overall, this RFQ illustrates the structured approach the federal government employs to ensure fair competition, accountability, and security in procurement.
    This Statement of Work (SOW) delineates the requirements for sandblasting and applying a 3mm polyurethane coating to twelve steel tables for the United States Coast Guard (USCG) Special Missions Training Center (SMTC) in North Carolina. The primary aim is to prepare these tables for extensive outdoor or industrial use, enhancing their resistance to rust, corrosion, and wear. The tasks outlined include thorough preparation, sandblasting to remove old coatings and rust, smooth application of the polyurethane coating, and a monitored curing process to ensure quality. A final inspection ensures compliance with aesthetic and technical standards before delivery, accompanied by a detailed report of materials and processes used. The SOW mandates that the contractor supply qualified personnel, maintain staffing levels, and adhere to identification and conduct regulations while working on government property. The performance period for this contract is capped at 30 days, with work primarily conducted during standard business hours, although flexibility is allowed. The government does not provide any resources, making it the contractor's responsibility to supply necessary materials and equipment. This SOW exemplifies the government's structured approach to contracting by outlining clear expectations and procedures, emphasizing quality, safety, and compliance in a government setting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CLEANING CHEMICAL, METER HAND HELD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for cleaning chemicals and a handheld meter as part of a combined synopsis/solicitation. The procurement includes 28 units of a reverse osmosis alkaline detergent and 2 handheld digital meters for testing, both of which are critical for maintaining the functionality of reverse osmosis desalination units. Interested vendors must ensure compliance with packaging and marking requirements, provide a Material Safety Data Sheet (MSDS) with each shipment, and submit their quotations by June 17, 2025, at 9:00 AM Eastern Standard Time. For further inquiries, potential offerors can contact Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    PANEL CONTROL ANTI-FOULING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of four Panel Control Anti-Fouling units, which are critical components of the anti-fouling system used on the 87' WPB vessels. These items, identified by NSN 6110-99-260-9793 and manufactured by Cathelco Ltd, must be individually preserved and packaged according to stringent military standards to ensure protection during transit and storage. Interested vendors are required to submit their proposals by June 14, 2025, at 10:00 AM EST, and must comply with specific packaging, marking, and barcoding requirements as outlined in the solicitation. For further inquiries, potential offerors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    USCGC MAPLE Vulkan RATO-S 3321 ELEM ASM, Part number EG3321A005-ABS.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of two units of the Vulkan RATO-S 3321 ELEM ASM, part number EG3321A005-ABS. The required delivery timeline is set for 25 weeks from the award notice, with shipments to be sent to the USCGC Maple (WLB 207) in Atlantic Beach, North Carolina, and tracking information required within 48 hours of each shipment. This procurement is critical for maintaining the operational readiness of the U.S. Coast Guard's fleet, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested contractors must be registered in the System for Award Management (SAM) prior to award and should direct any inquiries to Kyler Fisk at KYLER.C.FISK@USCG.MIL or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    PAINTING SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide painting services at their facility in Staten Island, New York. This procurement is a Total Small Business Set-Aside, aimed at contractors within the Painting and Wall Covering Contractors industry, under NAICS code 238320. The services are crucial for the maintenance and repair of family housing facilities, ensuring a safe and aesthetically pleasing environment for personnel and their families. Interested parties can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and they can find additional information about the solicitation at the provided link.
    MARINE INSPECT HAMMERS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Marine Inspector Hammers, which are specialized tools designed to meet specific military standards. The requirement includes the delivery of 200 custom hammers, each to be individually packaged and marked according to military specifications, with a pre-production sample required for evaluation. These hammers are critical for the Coast Guard's marine inspection operations, ensuring compliance with safety and operational standards. Interested vendors must submit their quotations by the specified deadline, with all deliveries required by September 1, 2025, and should contact Shellby Hammond at Shellby.M.Hammond@uscg.mil for further details.
    INDUSTRIAL SCALE LASER CUTTING AND FABRICATION TABLE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential vendors capable of providing an industrial-scale laser cutting and fabrication table. The Coast Guard Yard in Baltimore, Maryland, is particularly interested in equipment that meets or exceeds the specifications outlined in the Request for Information (RFI), which includes capabilities for cutting various metals, a robust power system, and necessary supportive equipment. This procurement is crucial for enhancing the Coast Guard's operational capabilities, and interested parties are encouraged to submit their responses, including technical specifications and company information, to the designated contacts by email. There is no solicitation at this time, and submissions are voluntary; however, detailed responses may influence future procurement decisions.
    Tank and Bilge Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Tank and Bilge Cleaning Services to support the maintenance of its cutter fleet. The procurement aims to ensure a clean and safe environment for vessel repairs, requiring services such as tank and bilge cleaning, hull washing, and the removal and disposal of fuel and bilge liquids. This opportunity is crucial for maintaining operational readiness and environmental compliance within the Coast Guard's fleet operations. Interested vendors are encouraged to respond to the Request for Information (RFI) by providing their organizational details and capabilities, with inquiries directed to Seth Andrew at seth.a.andrew@uscg.mil or by phone at 206-820-3793. Note that this is a Sources Sought notice, and no solicitation is currently available.
    TANK EXPANSION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 tank expansions, a critical component for the 154' FRC SSDG. These items must be individually preserved and packaged according to stringent military standards, ensuring protection during shipment and storage, as outlined in MIL-STD-2073-1E. The Coast Guard intends to award a Firm Fixed Price Contract based on the lowest price technically acceptable, with a closing date for quotations set for June 17, 2025, at 10:00 AM Eastern Standard Time. Interested vendors should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil or call 410-762-6259 for further details.
    DOCKSIDE: USCGC BENJAMIN BOTTOMS DS FY26 #1 & #2 MDE QL3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for dockside maintenance and repair services for the USCGC Benjamin Bottoms (WPC-1132) for fiscal year 2026. The contract, designated as a Total Small Business Set-Aside, requires qualified contractors to perform various maintenance tasks, including cleaning fuel service tanks, renewing interior carpeting, and conducting 8000-hour engine maintenance. This procurement is vital for ensuring the operational readiness and safety of the Coast Guard vessel, with a performance period scheduled from November 4, 2025, to December 16, 2025. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and must adhere to submission deadlines outlined in the solicitation documents.