Tailoring services for accession personnel entering or returning to U.S. Coast Guard military service
ID: 70Z02324-9124-3Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA (J084)

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 qualified contractors to provide tailoring services for accession personnel at the Training Center in Cape May, New Jersey. This firm fixed-price contract will encompass fitting, alteration, and garment pressing services for approximately 4,000 trainees annually, ensuring compliance with Coast Guard Uniform Regulations. These services are critical for maintaining uniform standards among active-duty recruits and reservists during their training, reflecting the Coast Guard's commitment to discipline and order. Interested small businesses must submit their proposals by October 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Yvonne Green at Yvonne.D.Green@uscg.mil or Melony Y. Suber at melony.y.suber@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Quality Assurance Surveillance Plan (QASP) for RFP 70Z02324RUDC00003 details the framework for evaluating the performance of contractors providing tailoring services for US Coast Guard trainees at the Training Center in Cape May, NJ. It outlines monitoring responsibilities, including those of the Contracting Officer and the designated Contracting Officer’s Representative (COR), along with the process for documentation of both positive and negative performance outcomes. The plan emphasizes contractor accountability for management and quality control, while establishing performance standards and a system for incentives and disincentives tied to service quality. The document details methods for performance monitoring, including direct observation and validation of customer complaints. It also specifies documentation processes for both acceptable and unacceptable performance, with guidelines for corrective action plans if necessary. Regular assessments and updates to the QASP are planned to ensure its relevance. The structure of the document supports the federal procurement process, aiming to uphold service quality in compliance with the Coast Guard's standards.
    The document appears to be a compilation of government procurement information, including details related to federal requests for proposals (RFPs), federal grants, and state and local RFPs. It covers various topics and requirements that entities must fulfill when submitting proposals for grant funding or bids for government contracts. The main themes include compliance with specific wage determinations, guidelines for contractor requirements, and safety protocols. Key points include the procedures for handling proposals, including information about wage determinations and the responsibilities of contractors in relation to labor standards and safety measures. There are mentions of various regulations and compliance standards that must be adhered to, reinforcing the significance of maintaining ethical and legal standards throughout the process. The document serves as a resource for potential bidders and grant applicants, providing them with a comprehensive framework for understanding requirements and best practices in navigating government procurement processes. Overall, it emphasizes the importance of adherence to both federal and local guidelines in fulfilling government procurement obligations, ensuring a structured process for obtaining funding and contracts while promoting fair labor practices and safety compliance.
    This Request for Proposal (RFP) is a 100% small business set-aside aimed at obtaining the best value for the government using the Lowest Price Technical Acceptable (LPTA) evaluation process as outlined in FAR Part 15. To be considered, proposals must be submitted by 11 October 2024 at 12:00 PM Eastern Time, through specified email addresses. Offerors are responsible for ensuring their submissions are complete and adhere to the RFP's requirements. Proposals will be structured in three volumes: Volume I is the Technical Proposal, limited to 15 pages, requiring general information and addressing all evaluation factors; Volume II consists of Past Performance documentation, not exceeding two pages; and Volume III is the Price proposal, capped at one page. Each volume must be properly formatted, with specified inclusions such as contact information and page numbering. The document underscores the importance of adherence to submission guidelines, timelines, and the avoidance of late proposals to ensure fair evaluation in a competitive bidding process.
    The document outlines the evaluation criteria and process for a federal Request for Proposal (RFP) under the Lowest Price Technically Acceptable (LPTA) source selection method. It specifies that proposals will be assessed without discussions, necessitating that offerors present their best terms initially. Award decisions will favor responsive and responsible offerors with the lowest price meeting technical requirements, contingent upon fund availability. Proposals are organized into three evaluation volumes. Volume I focuses on Technical Capability, requiring offerors to demonstrate adequate staffing and ability to meet the project’s specifications. Volume II assesses Past Performance, permitting up to four references from relevant contracts, with stipulations for completing a Past Performance Questionnaire. Only performance within the last three years or ongoing work is eligible for consideration. Volume III pertains to the Price Proposal, where offerors must submit prices formatted in a specified Pricing Sheet. The document emphasizes the importance of thorough and correctly formatted submissions, as it's critical for ensuring appropriate evaluation and selection during the procurement process. Overall, it reflects standard government practices for ensuring best-value procurement while maintaining competitiveness and accountability among contractors.
    The Past Performance Questionnaire is a federal document designed to evaluate contractors' past performance for solicitations they are involved in. The document is structured in two main sections: Section 1, to be completed by the offeror, requesting details such as contract number, customer information, dollar amounts, and contract type; and Section 2, to be filled out by references to assess the offeror's performance. Various categories are evaluated, including Quality, Schedule, Cost, Business Relations, and Utilization of Small Business, with performance rated as Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Rated. Each rating requires justification with specific examples. The questionnaire emphasizes the importance of effective contractor performance, particularly in terms of compliance and management in the context of federal and state RFPs and grants. This evaluation process is vital for ensuring responsible contracting and fostering small business participation in government projects to enhance competitive sourcing and service delivery.
    The document outlines a Request for Proposal (RFP) for tailoring services at the Training Center in Cape May, aimed at providing various alterations for uniforms and coats for both male and female personnel in the military. It lists estimated quantities for specific services, including alterations such as hemming trousers, adjusting sleeve lengths, removing and attaching badges, and other unusual alterations. The estimated annual quantities highlight the demand for these services, projecting yearly needs for male and female accession personnel. The RFP is structured with distinct items for each uniform alteration and includes provisions for an option to extend services for an additional six months. Each service includes a Contract Line Item Number (CLIN) but omits specific pricing, indicating a competitive bidding process. The main purpose of this document is to solicit bids from qualified vendors to ensure timely and efficient tailoring services for military uniforms, emphasizing compliance with military standards. Through this RFP, the federal government aims to streamline procurement for essential military support services, enhancing readiness and operational effectiveness.
    The request for proposal (RFP) 70Z02324RUDC00003 outlines a firm fixed-price contract for tailoring services at the U.S. Coast Guard Training Center Cape May (TCCM). The contractor is responsible for providing fitting, alteration, and pressing services for accession personnel, including active-duty recruits and reservists, adhering to Coast Guard Uniform Regulations. The contract will include approximately 4,000 trainees annually, with potential fluctuations based on Coast Guard needs. The contractor must appoint a project manager and qualified personnel, ensure professional conduct, comply with safety regulations, and maintain security protocols. Tailoring services will be conducted on-site, with tailored uniforms provided for recruits throughout their training. Key performance measures include compliance with uniform regulations, timely alterations, and management of uniform items without damage or loss. The government will furnish facilities and utilities while the contractor will supply all necessary materials and manage their operations with quality control measures in place. Performance standards are established with penalties for non-compliance. This contract is essential for maintaining proper uniform standards within the U.S. Coast Guard, reflecting the organization's commitment to discipline and order within military training environments.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) provides a mechanism for resolving procurement-related disputes in a timely and efficient manner, aiming to avoid costly litigation. Interested parties can address grievances through an informal forum with the contracting officer or escalate to the Ombudsman if unsatisfied. Formal protests can be filed with either the contracting officer or the Ombudsman, with performance on contracts being suspended during the protest period unless urgent reasons justify otherwise. The agency aims to resolve protests within 35 days, adhering to specified content requirements. The document also outlines a Combined Synopsis/RFP for tailoring services required at the USCG Training Center in Cape May, NJ, under a small business set-aside program. The RFP stipulates conditions for proposal submission, including adherence to federal acquisition standards and specific clauses relevant to commercial services. This procurement focuses on providing alterations and garment pressing for incoming trainees, with requirements for offerors to include essential representations and certifications with their proposals. The RFP structure follows outlined FAR guidelines, streamlining the procurement process for engaging suitable contractors.
    The document outlines the Women-Owned Small Business (WOSB) solicitation for the acquisition of commercial products and services. It contains essential details such as solicitation numbers, contract specifics, items needed, and terms governing the procurement process. The main items involve tailoring services for the Cape May Training Center over a defined performance period, with options for extension in subsequent years. It includes requirements related to small business participation, especially for women-owned and economically disadvantaged providers, aligning with federal regulations to enhance opportunities for these entities. Clauses regarding payment terms, delivery, and performance oversight are also stipulated, ensuring compliance with federal acquisition regulations. The document emphasizes the need for contractors to sign and return the proposal and outlines various contract clauses to govern business ethics, employee rights, and confidentiality requirements. Overall, this solicitation reflects the government's commitment to promoting small business engagement while adhering to regulatory standards to ensure transparency, fairness, and competitive bidding processes in federal contracting.
    Similar Opportunities
    Full Food Services, Cape May Training Center, Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Full Food Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for all aspects of food service, including management, preparation, serving, and cleaning, catering primarily to military recruits from April 1, 2025, to March 31, 2030. This service is crucial for maintaining high food quality and sanitation standards within a military training environment, ensuring recruits receive nutritious meals during their training. Interested firms must respond to the Sources Sought Notice by September 30, 2024, providing company information and past performance references, with the applicable NAICS Code being 722310 and a size standard of $47 million. For further inquiries, contact Rosalyn Wooling at rosalyn.a.wooling@uscg.mil or Jennifer Blackwell at jennifer.blackwell@uscg.mil.
    Housing Maintenance Services - Training Center, (TRACEN) Cape May, NJ
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide Housing Maintenance Services at the Training Center (TRACEN) in Cape May, New Jersey. The contractor will be responsible for supplying all necessary personnel, equipment, and materials to perform maintenance tasks, including carpentry, plumbing, and electrical work, on a 24/7 basis for a base year plus four option years, starting January 1, 2025. This service is crucial for maintaining the quality of military family housing and ensuring the safety and well-being of personnel and their families residing at the facility. Interested parties must respond to the Sources Sought Notice by September 20, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Rosalyn Wooling at Rosalyn.A.Wooling@uscg.mil or Jennifer R. Blackwell at Jennifer.r.blackwell@uscg.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    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.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    Procure and install Brand Name or Equal Huebsch Washers and Dryers for FLETC Charleston
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, SC, is seeking proposals for the procurement and installation of Brand Name or Equal Huebsch washers and dryers. This Combined Synopsis/Solicitation (CSS) invites vendors to provide essential laundry equipment, which is crucial for maintaining operational efficiency at federal training facilities. Proposals must be submitted electronically by September 25, 2024, and will be evaluated based on the lowest price and technically acceptable bids, leading to a Firm-Fixed-Price purchase order. Interested vendors can contact Tyshawn Neals at Tyshawn.neals@Fletc.dhs.gov or by phone at 843-566-8541 for further information.
    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 drydocking and repair of the USCGC Kathleen Moore (WPC-154) during Fiscal Year 2025. The procurement involves a comprehensive scope of work that includes inspection and repair of critical vessel components, adherence to safety and environmental standards, and the development of a Preservation Plan for coating systems. This contract is vital for maintaining the operational readiness and integrity of the Coast Guard fleet, ensuring compliance with federal regulations throughout the repair process. Interested parties, particularly small businesses, must submit their proposals by the specified deadlines, with the anticipated period of performance running from January 14, 2025, to May 13, 2025. For further inquiries, contractors can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.