Galley Remodel at USCG STA Washington
ID: 70Z08124QBNCR0001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NATIONAL CAPITAL REGION(000G8)WASHINGTON, DC, 20593, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to remodel the kitchen at U.S. Coast Guard Station Washington, located at Joint Base Anacostia-Bolling in Washington, D.C. The project involves comprehensive renovations, including demolition of existing fixtures, installation of new cabinetry, countertops, plumbing, electrical fixtures, and compliance with safety and environmental standards. This procurement is exclusively set aside for small businesses under NAICS code 238290, with a submission deadline for quotes by noon Eastern Time on September 10, 2024. Interested vendors must ensure they have an active vendor record at SAM.gov and submit inquiries in writing by September 4, 2024, to the primary contact, Samuel Salerno, at Samuel.T.Salerno@uscg.mil.

    Files
    Title
    Posted
    The document is a solicitation for bids to replace and remodel the kitchen at the U.S. Coast Guard Station in Washington, D.C. It outlines the procurement process, which is exclusively set aside for small businesses under NAICS code 238290, with a size standard of $22 million. Bidders must submit quotes by noon Eastern Time on September 10, 2024, via email to the specified contact. The contractor is required to provide all necessary labor, materials, and equipment, with performance to begin promptly and complete within a timeframe defined in the offer. All offers must include original documentation and ensure compliance with solicitation requirements. Site visits are encouraged but not mandatory, and inquiries should be submitted in writing by September 4, 2024. The U.S. Coast Guard retains the right to cancel the solicitation, and a Firm-Fixed Price contract is anticipated. Overall, this solicitation serves to engage small businesses in government contracting for construction services, focusing on compliance and timely submission of proposals.
    FAC 2022-04 outlines regulations regarding construction contracts, focusing on provisions for small business participation and the Buy American requirements for construction materials. It establishes definitions for various small business classifications, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs) and service-disabled veteran-owned concerns, highlighting ownership and control criteria. The document requires contractors to represent their business status during the bidding process, ensuring compliance with small business program regulations. Furthermore, under the "Buy American" clause, it mandates the use of domestic construction materials, delineating the criteria for domestic versus foreign products. It explains what constitutes commercially available items and sets out how requests for exceptions to domestic material use should be evaluated and documented. The provision emphasizes ensuring that contractors provide adequate justifications for using foreign materials when necessary. Finally, the document includes general contract clauses related to construction project management, invoicing instructions through the Invoice Processing Platform, and information regarding upload and maintenance of representations and certifications. This framework is essential for promoting small business engagement in federal contracting and ensuring compliance with national purchasing policies.
    The document outlines a federal government initiative focused on procurement processes related to Requests for Proposals (RFPs) and grants at various governmental levels. It emphasizes the importance of adherence to compliance standards while facilitating efficient project execution. The core objectives involve improving transparency in the bidding process, ensuring fair competition, and fostering economic growth through strategic allocation of government funds. Key ideas include addressing key stakeholders' needs, streamlining application procedures for federal grants, and enhancing collaboration between federal, state, and local entities. Specific measures proposed aim to reduce redundancies in paperwork, accelerate decision-making timelines, and provide clear guidance for applicants. Additionally, the document stresses the significance of monitoring and evaluation to assess the performance of funded projects, ensuring accountability, and maximizing the impact of investments. By prioritizing these aspects, the initiative illustrates a commitment to advancing public service, boosting community engagement, and fostering a market-oriented approach to government projects. This structured and detailed approach aims to build a strong framework for successful governmental procurement and funding processes across various sectors.
    The RFQ: 70Z08124QBNCR0001 document outlines a set of solicitation questions and answers related to a project under federal procurement guidelines. Key points include that no pre-solicitation budget information will be provided to contractors, and the project is expected to commence within ten days of the award. Additionally, vendors are instructed to include all transportation costs in their quotes without a specific request for shipping options such as flatbed or box trucks. The document's purpose is to clarify vendor inquiries regarding project specifics, procurement requirements, and logistics involved in bidding for government contracts. This transparency is essential for ensuring that vendors understand the expectations and can prepare accurate proposals in compliance with federal guidelines.
    The Galley Renovation Project at U.S. Coast Guard Station Washington involves the comprehensive remodeling of the kitchen in Building 92 at Joint Base Anacostia-Bolling. The contractor is required to commence work within ten days of notification and complete the renovation within 30 working days. The scope includes demolition of existing fixtures, installation of new cabinetry, countertops, flooring, plumbing, electrical fixtures, and ventilation systems, as well as painting and final cleanup. A site visit is strongly encouraged for bidders to assess conditions accurately, and all work must comply with federal, state, and local regulations. Safety and environmental protection requirements are emphasized, requiring contractors to adhere to OSHA standards and EPA regulations. All personnel must be identified in advance, and safety measures, including managing hazardous materials, are mandatory. The project aims to modernize facilities efficiently while ensuring compliance with safety and environmental standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Base Ketchikan Galley Full Food Service
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide full food service operations at Base Ketchikan in Alaska. The procurement involves comprehensive responsibilities, including menu development, food procurement, preparation, serving, and maintaining cleanliness in the dining facility, with a focus on high-quality food standards and compliance with federal and state regulations. This contract is particularly significant as it is set aside for 8(a) certified firms, promoting economic opportunities for small and disadvantaged businesses, while also ensuring adherence to labor standards and fair compensation for employees. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Ms. Susan B. Lawson at SUSAN.B.LAWSON@USCG.MIL.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    Station Oak Island Gate Replacement
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of the gate operator, keypad, and main gate at the USCG Station Oak Island in North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to complete the installation, with a project timeline that mandates work commencement within 14 days of contract award and completion within 28 working days. This procurement is exclusively set aside for small businesses under NAICS code 333998, with a maximum employee threshold of 700, and all quotes must be submitted by noon Eastern Time on September 18, 2024, via email to the designated contact, Tami Clark. Interested bidders must ensure they have an active vendor record at SAM.gov and comply with all federal regulations, including wage determinations and safety protocols, to be eligible for consideration.
    Intrusion Panel Upgrade Station Seattle
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install an Intrusion Detection System (IDS) at the USCG Station in Seattle, Washington. The project involves supplying and installing a DMP-XR150DNL-G panel, a distress button, an alarm keypad, a Level 2 HSS Balanced Door Contact, and a 360-degree motion sensor, with existing conduit to be reused. This initiative is part of a strategic effort to enhance security measures within Coast Guard facilities, and the contract will be awarded based on the lowest price technically acceptable. Interested small businesses must submit their quotes by September 1, 2024, to Elizabeth Meister at elizabeth.a.meister@uscg.mil, with the performance period scheduled from October 20, 2024, to November 10, 2024.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement requires contractors to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, and maintaining the appearance of grassy areas on a bi-weekly basis from mid-February to mid-November, with an average of 27 visits annually. This contract is vital for maintaining the aesthetic and operational standards of the Coast Guard facilities, ensuring a well-kept environment. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 16, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation RFQ number 70Z03324QBASEA128.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Sealcoat/Crack Fill/Striping of STA Bellingham Parking Lot
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the sealcoating, crack filling, and striping of the parking lot at Station Bellingham in Washington. The contractor will be responsible for providing all necessary personnel, materials, and equipment while adhering to safety standards and regulations, with work to be conducted during normal business hours. This procurement is crucial for maintaining the facility's appearance and safety, emphasizing compliance with federal regulations and the Service Contract Act. Quotes are due by 3:00 PM PDT on September 16, 2024, and interested parties should submit their proposals to Elizabeth Meister at elizabeth.a.meister@uscg.mil, referencing solicitation number USCG-SPS-0007.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    LITGHING FIXTURE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a lighting fixture contract under solicitation number 2124404B3000CA070. The procurement involves a Brand Name Sole Source requirement for OEM parts from Soderberg MFG Company Inc., specifically a 100-watt bracket mount floodlight assembly, with a total quantity of 50 units needed by October 30, 2024. This lighting fixture is crucial for operational readiness and safety in maritime environments. Interested vendors must submit their quotes by September 17, 2024, at 12:00 PM EST, and can direct inquiries to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or by phone at 410-762-6446.