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
    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 IPF New Orleans Reclaim System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a 8400-319 NORTON 30CF Reclaim System to be delivered to its Industrial Production Facility in New Orleans, Louisiana. The contractor is required to provide all necessary materials for this industrial equipment, which is essential for abrasive media reclamation, ensuring compliance with industry standards and specifications. The contract will be awarded based on the lowest price for a Firm-Fixed Price Supply Contract, with a delivery timeline of 30 days after receipt of order. Interested vendors must submit their quotes by January 9, 2026, and direct any questions to the primary contact, Joseph Loporto, at Joseph.loporto@uscg.mil or 504-253-4773.
    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.
    RHIB NOTCH ULTRA POLY PAD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various RHIB Notch Ultra Poly Pads, which are essential components for small boat launch and recovery operations. The contract includes multiple items with specific dimensions and materials, including pads with rubber backing and UV stability, to ensure durability and functionality in marine environments. Interested vendors must comply with stringent packaging and delivery requirements, including adherence to MIL-STD-2073-1E and ASTM-D-3951 standards, and submit their quotes by December 15, 2025, at 10:00 AM EST to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL. All submissions must include a valid DUNS number and be registered with the System for Award Management (SAM).
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    Aircraft Paints, Primers, and Coatings
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for aircraft paints, primers, and coatings under solicitation number 70Z03826QE0000001. The procurement aims to secure various high-durability epoxy primers and polyurethane topcoats essential for protecting aircraft in maritime environments, with specific requirements for color, gloss, and compliance with military specifications. Interested vendors must provide qualified products, including color coupons for specific shades, and ensure delivery within 30 days, with a contract structure comprising a one-year base period and four one-year option periods. Quotations are due by December 24, 2025, and inquiries should be directed to Denise Bulone at Denise.J.Bulone@uscg.mil.
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.