Station Freeport Potable Water Line Repair
ID: 70Z02925QNEWO0019Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair of a potable water line located under the parking lot at Station Freeport in Texas. The project involves locating and repairing a broken water line to restore water supply connections, including those for cutter shore ties and mooring hoses, while adhering to safety standards and minimizing disruption to station operations. This small business set-aside contract, with an estimated value under $25,000, requires contractors to inspect the site and submit their quotes by the specified deadline. Interested parties should contact Kala Lowe at kala.m.lowe@uscg.mil or 361-939-0245 for further details and to arrange site visits.

Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The United States Coast Guard Station Freeport is soliciting proposals for the repair of the potable water line under the parking lot adjacent to the main building. This project, designated as a firm-fixed price contract, is exclusively open to small businesses, with an estimated cost below $25,000. Contractors are required to examine the site and review the scope of work before submitting quotes, which must be delivered to the Government by the specified due date. The contract includes specific requirements, such as performance and payment bonds, and adheres to various federal regulations, including those concerning construction wage rates and small business representation. Bidders must register in the System for Award Management (SAM) to participate, and the contract will be awarded to the lowest price technically acceptable offeror. A pre-conference will occur post-award before work begins. Emphasis is placed on compliance with safety standards and local regulations, alongside mandatory site inspections. This solicitation reflects the government’s commitment to engaging small businesses for construction projects while ensuring efficient, compliant, and economically feasible execution of the required repairs.
Mar 28, 2025, 7:05 PM UTC
The government file outlines recent updates to the Federal Acquisition Regulation (FAR) concerning the System for Award Management (SAM) and compliance with sustainability practices in federal contracts. It details how certain representations and certifications within SAM might still require compliance despite not appearing in agency solicitations. Notable additions to solicitations are clauses related to biobased product certifications and waste reduction programs, emphasizing the importance of environmentally sustainable practices. The document specifies several representations and certifications applicable to various contract types, especially those expected to exceed specific financial thresholds or those involving small businesses. These include requirements for reporting biobased products used under government contracts and implementing waste reduction strategies in line with federal and local mandates. The primary purpose is to ensure compliance with sustainability goals while simplifying procurement processes through defined standards and requirements, ultimately aligning contracting practices with modern environmental policies. This approach not only fosters government accountability but also supports broader initiatives targeting climate change and resource conservation in public contracting.
Mar 28, 2025, 7:05 PM UTC
This document outlines compliance requirements for contractors bidding on federal construction projects, specifically addressing the Performance of Work by the Contractor clause (FAR 52.236-1). Contractors must submit a designating statement detailing which portions of the work will be performed by their own workforce alongside the schedule of costs. The approved cost schedule is vital for evaluating the value of specific work activities. Importantly, the percentage of work attributed to the contractor excludes labor provided by executive, administrative, or clerical employees and only includes manual work. This stipulation aims to clarify labor definitions and ensure that the labor force engaged in the project meets the necessary hands-on requirements. The document emphasizes adherence to federal guidelines concerning work classification and compliance throughout the bidding process. Overall, it reinforces the government's intent to maintain strict oversight on contract execution and labor utilization in federally funded construction projects.
Mar 28, 2025, 7:05 PM UTC
The United States Coast Guard Station Freeport is soliciting proposals for the repair of a broken potable water line located under the parking lot on the south side of the station building. Prospective contractors are encouraged to inspect the site and familiarize themselves with the existing conditions prior to submitting their proposals. The project aims to restore water supply to various connections, including a cutter shore tie and mooring hoses. Contractor responsibilities include locating the leak, excavating concrete for access, repairing the water line, and performing subsequent pressure tests. All work must minimize disruption to station operations, adhere to OSHA safety standards, and comply with relevant disposal regulations. Contractors must manage their materials independently and bear liability for any damage incurred during the project. A government representative will oversee project acceptance, ensuring that all work meets specified standards. The focus of this RFP is to ensure the effective restoration of vital water infrastructure while maintaining safety and operational standards at the Coast Guard facility, integral to their ongoing mission and daily operations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
STA Sabine Fuel Tank Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide labor, materials, and equipment for the repair of a 2,000-gallon gasoline tank at Station Sabine Pass, Texas. The project involves tasks such as removing water from the tank, surface preparation, applying sealant, and repainting, with a performance period of 120 calendar days. This procurement is critical for maintaining operational safety and compliance with environmental regulations, emphasizing the importance of contractor accountability and adherence to federal guidelines. Interested firms must submit their quotes to Melissa Navarro at melissa.n.navarro@uscg.mil, ensuring they are registered in the System for Award Management (SAM) and comply with all solicitation requirements by the specified deadlines.
52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
Buyer not available
The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
Diver Hull Clean, Inspect & Zinc Anodes Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the Diver Hull Clean, Inspect & Zinc Anodes Renewal project for the USCGC WILLIAM TRUMP (WPC 1111) in Key West, Florida. The contractor will be responsible for performing underwater cleaning, inspections, and renewing zinc anodes, adhering to established Coast Guard maintenance procedures, with the work scheduled between May 19 and May 23, 2025. This procurement is critical for maintaining the operational readiness and integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested contractors must submit their firm fixed-price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
BERTHOLF DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repairs to the USCGC Bertholf (WMSL-750) as part of the fiscal year 2025 requirements. The contract, which is set aside for small businesses, will encompass various maintenance and repair tasks to ensure the vessel's operational readiness, with work expected to be performed at its home port in Alameda, California. This opportunity is critical for maintaining the safety and functionality of the Coast Guard's fleet, emphasizing the importance of compliance with federal regulations and quality standards. Interested contractors should direct inquiries to Lavon Lewis or Mark Cap via email, with the contract's ordering period extending from the date of award through November 18, 2025.
CGC HICKORY DRYDOCK REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned drydock repairs for the USCGC HICKORY (WLB 212), a 225-foot Juniper-Class buoy tender. The scope of work includes essential tasks such as fire prevention requirements, hull inspections, thruster overhauls, and the provision of temporary services, with the anticipated performance period set from June 3 to June 17, 2025. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and environmental protection. Interested contractors must submit their business size status, including classifications such as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, by April 25, 2025, to ensure compliance with federal contracting regulations. For further inquiries, potential bidders can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
USCG SEC SE NEW ENGLAND SECURITY GATE REPLACEMENT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of a security gate at the Sector Southeast New England in Woods Hole, Massachusetts. The project entails providing all necessary personnel, equipment, and materials to remove a damaged 30 ft. security gate and construct a new gate, including operational testing and compliance with safety regulations. This procurement is crucial for maintaining security infrastructure at the facility, with a contract value estimated between $25,000 and $100,000, and completion required within 30 calendar days of the notice to proceed. Interested contractors should contact Steve Mensen at STEVEN.L.MENSEN@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details.