USCG Station South Padre Island Window Cleaning and Caulking
ID: 70Z02925QNEWO0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Finishing Contractors (238390)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

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 soliciting proposals for window cleaning and caulking services at the Coast Guard Station in South Padre Island, Texas. The project entails resealing window frames for both main and waterfront buildings to improve weatherproofing and cleanliness, requiring contractors to assess existing conditions prior to quoting. This maintenance work is crucial for ensuring operational efficiency and safety standards at the facility. Interested small businesses, particularly those owned by women, must submit proposals by the specified deadline, with a project completion timeline of 90 days post-award. For further inquiries, potential bidders can contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Jesse McDonald at Jesse.C.Mcdonald@uscg.mil.

    Files
    Title
    Posted
    This government document outlines the solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) and includes pertinent details for participating in the procurement process. Key information includes requisition numbers, award dates, and a total award amount of $19 million for the project involving the repair of the multi-purpose building at South Padre Island. The contract is firm-fixed-price, and delivery is expected by January 30, 2025. The document incorporates extensive contract clauses from the Federal Acquisition Regulation (FAR), covering topics such as inspections, payment terms, and compliance with safeguarding requirements for contractor information systems. The purpose of this solicitation is to encourage participation from eligible small businesses, particularly those owned by women, aligning with federal initiatives to promote diversity in government contracting. The document also details requirements for proposal submission, including specific instructions for filling out various blocks and the necessity of adhering to contract terms. Overall, this RFP serves as a vital instrument for enhancing small business opportunities within the federal procurement landscape, while ensuring adherence to strict regulatory and operational standards.
    The document outlines provisions and clauses related to small business programs and the Buy American Act, particularly in the context of federal construction projects. It clarifies definitions for various categories of small businesses, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses. The document contains specific representations that contractors must provide regarding their business status in accordance with Small Business Administration (SBA) guidelines. Additionally, it highlights the requirements under the Buy American Act, emphasizing the preference for domestic construction materials over foreign options and detailing the definitions of domestic and foreign materials. It outlines the process for contractors to request determinations regarding the applicability of the Buy American statute, including requirements for justifying the use of foreign materials. The purpose of the document is to ensure compliance with federal regulations concerning small business participation and the use of American-manufactured materials, ultimately fostering economic growth through equitable contracting opportunities for small businesses and adherence to domestic sourcing policies.
    The document outlines wage determinations under the Davis-Bacon Act for construction projects in specific Louisiana counties (Plaquemines, St Charles, St James, and St John the Baptist) effective January 3, 2025. It specifies minimum wage requirements based on contracts entered into after January 30, 2022, or renewed thereafter, referencing Executive Orders 14026 and 13658 for wage rates. The stipulated rates vary by labor classification, such as $34.00 for electricians and $48.92 for elevator mechanics, including respective fringe benefits. The document also includes guidance for wage determination appeals and compliance with mandatory worker protections, including paid sick leave under Executive Order 13706. The summary highlights the importance of adherence to labor standards for federal contracts, ensuring equitable compensation for workers engaged in federal construction projects while maintaining regulatory compliance.
    This document is a solicitation for construction work at the USCG Station Venice in Venice, Louisiana, aimed at removing, replacing, inspecting, and testing backflow preventer valves. It specifies the solicitation number, project details, and the regulatory framework under which bids are to be submitted. The opportunity is set aside for small businesses under NAICS Code 237110, allowing a maximum project magnitude of $35,000. A Firm-Fixed Price contract will be awarded based on the lowest price evaluation of the submitted offers. The document outlines key submission requirements, including sealed offers, performance and payment bonds, and acceptance terms. It emphasizes strict compliance with clauses from the Federal Acquisition Regulation and Department of Labor wage rates. The timeline for performance is set at 30 calendar days for commencement and completion within 60 days following the notice to proceed. This solicitation reflects the government’s commitment to maintaining infrastructure through competitive bidding processes while fostering small business participation.
    The Department of Homeland Security, specifically the United States Coast Guard Station Venice, is initiating a project to replace the facility's existing 4” and 6” backflow preventers to ensure compliance with potable water standards. The scope includes removing outdated units, installing new Watts 909 models, conducting necessary pressure tests, and performing operational testing in the presence of the station's engineering point of contact (POC). Contractors must ensure project preparation by visiting the site for measurements and evaluations due to the lack of available electrical and fuel piping diagrams. The contractor is responsible for all labor, materials, and cleanup, while adhering to strict security protocols for access to the base. Work is scheduled during weekdays, with potential weekend work upon advance request. The project emphasizes the importance of final inspections and coordination before utility outages. This initiative reflects the Coast Guard's commitment to maintaining facility standards and operational readiness.
    The United States Coast Guard Station in South Padre Island, TX, is soliciting proposals from qualified individuals or firms to reseal window frames for its main and waterfront buildings. Prospective contractors must assess the site and existing conditions prior to quoting. The project involves window caulking and cleaning to enhance weatherproofing and cleanliness, impacting a mix of storefronts and second-story windows. Key requirements include scheduling work to minimize disruption to operations, notifying the Coast Guard a week in advance of work start, and compliance with safety regulations. Contractors are responsible for their materials and protecting existing structures. They must verify utility locations before work begins and repair any damages at their expense. Specific operational regulations include maintaining a clean site, respecting security protocols, and ensuring safety during adverse weather conditions. The project's completion deadline is 90 days post-award, with all work requiring approval from the Coast Guard's Contracting Officer’s Representative. This RFP aims to ensure operational efficiency and uphold safety standards while enhancing the integrity of the Coast Guard facilities through necessary maintenance and repair.
    The document outlines Wage Determination No. 2015-5219 under the Service Contract Act, detailing minimum wage and fringe benefits for federal contractors in Cameron County, Texas. Relevant Executive Orders mandate minimum wages of $17.75 or $13.30 per hour based on contract dates, with annual adjustments. Fringe benefits include health and welfare contributions, vacation time, and holiday pay, emphasizing worker protections. Various job classifications are listed, along with corresponding pay rates and requirements for additional benefits under certain conditions, including paid sick leave. Additionally, provisions regarding unlisted job classifications and the process for requesting wage rate adjustments are outlined. Overall, this document serves as a critical resource for ensuring compliance with wage standards in governmental contracts, thereby promoting equitable compensation for service employees.
    Lifecycle
    Title
    Type
    Similar Opportunities
    STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at the Station South Padre Island main building in Texas. Contractors are required to conduct a site visit for accurate assessments prior to submitting their proposals, with the contract awarded to the lowest-priced technically acceptable bidder, exclusively set aside for small businesses. The project involves troubleshooting and repairing HVAC systems, ensuring compliance with safety regulations, and completing the work within 90 days of the notice to proceed, with a projected expenditure between $25,000 and $100,000. Interested contractors should contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Susan B. Lawson at susan.b.lawson@uscg.mil for further details.
    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.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the unplanned dockside repairs of the USCGC Paul Clark (WPC-1106) during fiscal year 2025. The contract will focus on critical repairs, including the renewal of propulsion reduction gear assemblies, and is structured as a firm fixed price with a performance period from March 31, 2025, to May 26, 2025. This opportunity underscores the importance of maintaining operational readiness for the vessel while promoting participation from women-owned small businesses in federal contracting. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and are encouraged to attend a site visit to better understand the project specifications before the proposal submission deadline.
    DOCKSIDE: CGC THETIS DS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside services for the USCGC Thetis (WMEC-270B) during its fiscal year 2025 dry-docking period. The procurement includes a range of maintenance and inspection tasks, such as cleaning and inspecting fuel tanks, replacing components, and overhauling machinery, all aimed at ensuring the vessel's operational readiness. This opportunity is particularly significant as it is set aside for small businesses under the SBA guidelines, promoting diversity in federal contracting while adhering to strict compliance and safety standards. Interested contractors should submit their offers electronically by the specified deadline and may contact Petal Donald at petal.c.donald@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    MIDGETT TANK CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the cleaning and inspection of fuel service tanks on the USCGC MIDGETT (WMSL 757) at a facility in Honolulu, Hawaii. The project is scheduled to take place from April 9 to July 1, 2025, and requires contractors to adhere to specific Coast Guard specifications, including thorough cleaning, detailed inspections, and proper disposal of cleaning residues. This procurement is vital for maintaining the operational readiness of Coast Guard vessels and ensuring compliance with environmental regulations. Interested parties can contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details, and must comply with the wage determination requirements outlined in the associated documents.
    Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for dry-dock repairs at the USCG Station Bellingham under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing unplanned underwater body repairs on the Coast Guard's RB-M 45 vessels, which includes tasks such as welding, ultrasonic testing, and hull inspections, all while adhering to safety and quality standards. This contract is crucial for maintaining the operational readiness of the Coast Guard fleet, ensuring compliance with federal regulations and operational standards. Interested small businesses must submit their proposals electronically by March 4, 2025, with an anticipated award date of March 11, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    USCG AIDS TO NAVIGATION KEY WEST DIVING SERVICES
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for diving services related to the removal of wreckage from three daybeacons in the Calda Channel, Key West, Florida. The project involves the removal of deteriorated steel and concrete structures at Daybeacon 6, Daybeacon 18, and Daybeacon 22, with water depths ranging from 5 to 10 feet, and requires adherence to strict safety regulations for commercial diving operations. This initiative is crucial for maintaining navigational aids and ensuring maritime safety, with proposals due by March 14, 2025, and work expected to commence shortly after contract award around March 25, 2025. Interested vendors should contact PO1 Cody R. White at CODY.R.WHITE@USCG.MIL or PO2 Steven E. Denner at STEVEN.E.DENNER@USCG.MIL for further details.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor capabilities for the dry-dock repairs of the USCG STA Los Angeles/Long Beach vessel. The procurement aims to identify qualified small businesses that can perform extensive repairs, including inspections and renewals of various systems, under a firm-fixed price contract anticipated to last approximately 90 days. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring that vessels are in optimal condition for service. Interested contractors must submit their responses by March 3, 2025, and can direct inquiries to Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil.