USCG Sector New Orleans Window Resealing
ID: 70Z02925QNEWO0000016Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Glass and Glazing Contractors (238150)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 19, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 11:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform exterior window maintenance, including the re-caulking and resealing of 102 windows at their facility located at 200 Hendee St., New Orleans, LA. This procurement is set aside for small businesses under NAICS code 238150, and the contract will be awarded based on the lowest price for a firm fixed-price service purchase order. The project is crucial for maintaining the integrity and functionality of the facility's windows, ensuring compliance with federal standards. Interested vendors must submit their quotes via email to Wesley Hanna by the specified deadline, and adherence to applicable wage rates as outlined in the attached documents is required.

Files
Title
Posted
Jan 15, 2025, 4:05 PM UTC
Jan 15, 2025, 4:05 PM UTC
The document outlines the General Decision Number LA20250001 for residential construction projects in Louisiana, effective from January 3, 2025. It replaces the previous decision and applies across various counties for projects including single-family homes and apartments of up to four stories. The file details wage rates for contractors and workers based on compliance with the Davis-Bacon Act, highlighting minimum wage requirements mandated by Executive Orders 14026 and 13658. Workers must be compensated at least $17.75 per hour or the applicable rate based on the contract's date and type. The document lists specific wage rates and fringes for various trades, such as electricians and plumbers, across different parishes, indicating prevailing wage rates and conditions. Additionally, it discusses the appeals process for wage determination disagreements and the compliance expectations for contractors regarding worker protections mandated by the federal government. The overall purpose is to ensure fair compensation in federally funded construction projects, emphasizing adherence to labor standards and responsibilities for both contractors and workers.
Jan 15, 2025, 4:05 PM UTC
This Request for Quotation (RFQ) from the U.S. Coast Guard (USCG) Base New Orleans seeks vendors to perform the re-caulking of windows in a specific building. The RFQ indicates that this is a set-aside opportunity for small businesses under NAISC 238150 and PSC J080. A firm fixed-price contract is anticipated upon evaluation of the quotations, which will primarily consider the lowest price offered. Interested vendors must complete highlighted portions of the RFQ and return it via email to the designated contact, Wesley Hanna. The document outlines important details such as the delivery address, submission deadlines, and necessary certifications, while noting the government’s right to not cover any costs incurred in preparing the quotation. Overall, the RFQ encapsulates the USCG's process for soliciting bids while ensuring adherence to procurement regulations.
Jan 15, 2025, 4:05 PM UTC
Jan 15, 2025, 4:05 PM UTC
The document presents the Wage Determination No. 2015-5189 from the U.S. Department of Labor, detailing wage rates and fringe benefits required under the Service Contract Act for contractors working in specified Louisiana parishes. Contracts initiated or extended after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour for covered workers. For contracts awarded from January 1, 2015, to January 29, 2022, a lower minimum wage of $12.90 applies if not extended. The document lists specific wage rates for various occupations including administrative, automotive, food service, and health occupations, among others. Additionally, it outlines benefits such as health and welfare, vacation, and holidays, with specific guidelines for uniform provision and additional classifications via a conformance process. It serves as essential reference material for employers and contractors involved in federal contracts, ensuring compliance with mandated wage and benefit requirements. The comprehensive nature underscores the government's effort to regulate fair pay practices in contract services.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
Houlton Sector HQ, Replacement Windows and Radio Room Upgrade
Buyer not available
The General Services Administration (GSA) is conducting market research for the replacement of windows and an upgrade to the radio room at the Houlton Sector Headquarters in Hodgdon, Maine. The project involves construction renovations that include interior remodeling, exterior window and storefront replacement, and the installation of new security devices, with a base bid focusing on the radio room and an option for additional window and door replacements. This procurement is significant for enhancing the facility's functionality and security, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses, particularly those classified as SDVOSB, HUBZone, WOSB, or 8(a), are encouraged to submit a capabilities package by 2:00 PM EST on May 1, 2025, to Sotheavy Khon at sotheavy.khon@gsa.gov.
New Roof for CG Owned House in Depoe Bay, OR.
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide a new roof for a Coast Guard-owned house located in Depoe Bay, Oregon. The procurement involves services related to roofing and siding materials, categorized under the NAICS code 811490 for Other Personal and Household Goods Repair and Maintenance. This project is essential for maintaining the integrity and safety of government housing, ensuring it meets operational standards. Interested parties can obtain further details and submit inquiries to Marketplace support via email at marketplacesupport@unisonglobal.com or by phone at 877-933-3243.
OCRACOKE HOUSING SIDING AND WINDOWS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of siding and windows at four housing units located in Ocracoke, North Carolina. The project aims to enhance the structural integrity and safety of the housing by replacing deteriorated cedar siding with new 1 Blue Label CERTIGRADE western red cedar siding and installing hurricane-rated impact-resistant windows. This initiative is crucial for maintaining the quality of housing facilities within the Cape Hatteras National Seashore, ensuring compliance with safety standards while minimizing environmental impact. The contract, set aside exclusively for small businesses, has an estimated value between $500,000 and $1,000,000, with a performance period from September 1, 2025, to December 31, 2025. Proposals must be submitted by May 23, 2025, and interested contractors can direct inquiries to Ashley Warcewicz at ashleywarcewicz@nps.gov.
US Coast Guard Sturgeon Bay Housing Painting
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for interior painting services at housing units located in Sturgeon Bay, Wisconsin. Contractors are required to prepare surfaces, remove obstructions, and apply a minimum of two coats of paint while adhering to specified color schemes and quality standards, with a focus on compliance with local laws and EPA regulations. This project is crucial for maintaining the quality and appearance of Coast Guard facilities, reflecting the government's commitment to professional contracting services. Interested vendors must submit their quotes on business letterhead to Jordan Drew at JORDAN.G.DREW@USCG.MIL, with a deadline for proposals and a requirement for registration in the System for Award Management (SAM) to be eligible for consideration.
MDO PLYWOOD - USCG INDUSTRIAL APR 2025
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of MDO Fir Exterior Plywood, with a requirement for 924 units measuring 4 ft x 8 ft x 1/2 in. This acquisition is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in federal contracting. The plywood will be utilized for various applications within Coast Guard operations, highlighting the critical need for quality materials in maintaining operational readiness. Interested vendors must submit their quotes via email to Robert Henson II by the specified deadline, with the evaluation based on the lowest price, and are reminded to comply with all Federal Acquisition Regulation clauses applicable to commercial items.
USCG Station New Orleans Sewage Pump replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the sewage pump at the Coast Guard Station in New Orleans, Louisiana. The project involves the installation of a new sewage pump, associated piping, and the diagnosis and repair of electrical issues related to float switches and relays. This procurement is critical for maintaining the operational efficiency of the facility's sewage system, ensuring compliance with plumbing and electrical codes. Interested small businesses must submit their quotes by 3:00 PM CST on May 12, 2025, and are encouraged to conduct a site visit prior to bidding; all inquiries should be directed to Belinda A. Robinson at belinda.a.robinson@uscg.mil.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Custodial Services - Hammond LA Air and Marine Branch
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide custodial services for the Hammond LA Air and Marine Branch. The procurement aims to ensure a clean and well-maintained environment through comprehensive janitorial services, which are critical for operational efficiency and compliance with health standards. This opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 561720 designated for janitorial services. Interested parties should reach out to Wymeatric Lyons at wymeatric.l.lyons@cbp.dhs.gov or call 202-344-2551 for further details and to stay informed about the solicitation process.
70Z03025QCLEV0071 - U.S. COAST GUARD CHEBOYGAN FAMILY HOUSING PAINTING PROJECT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the Cheboygan Family Housing Painting Project in Cheboygan, Michigan. The project involves providing all necessary labor, materials, equipment, and supervision to paint four housing units, with a completion timeframe not exceeding 60 calendar days from the award date. This procurement is crucial for maintaining the quality and appearance of Coast Guard housing facilities, and it emphasizes compliance with federal regulations, including environmental standards and wage determinations under the Davis-Bacon Act. Interested contractors should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, with the estimated contract value being less than $25,000. The due date for offers will be established upon issuance of the Request for Quote.