Shower Replacement
ID: 70Z03325Q31190047Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard Base Seattle, is seeking a contractor for a shower replacement project at the Administration Building in Warrenton, Oregon. The contractor will be responsible for removing the existing shower, making necessary plumbing modifications, and installing a compliant shower that meets accessibility standards, with the project expected to be completed within 40 days of contract award. This procurement is set aside entirely for small businesses under the NAICS code 238290, emphasizing the government's commitment to engaging small enterprises in federal contracting opportunities. Interested parties must submit their quotes to Thomas Gresham via email by 10 AM (EST) on July 21, 2025, referencing solicitation number 70Z03325Q31190047.

    Files
    Title
    Posted
    The "Smart Matrix" document outlines various provisions and clauses related to federal acquisitions, primarily for government contracts. It serves as a comprehensive reference for compliance and regulations guiding contractors in government dealings. The document details clauses such as Whistleblower Protections, confidentiality requirements, and contractor qualifications, including mandatory representations and certifications. It categorizes provisions into "Prescribed In" sections and notes their effective dates, reinforcing the importance of adhering to specific rules to ensure legal and operational compliance. Key provisions include requirements for Unique Entity Identification (UEI), security protocols, and reporting obligations that ensure transparency and accountability in federal contracting. Additionally, the document discusses small business provisions, emphasizing opportunities for different business categories to engage in government contracts and highlighting socio-economic initiatives like HUBZone and veteran-owned set-asides. The structured table format aids in efficient navigation and emphasizes deadlines to foster timely compliance. Overall, the Smart Matrix functions as a crucial tool for understanding the complexities of federal contracting processes and standards.
    The Smart Matrix document from Acquisition.GOV outlines various Federal Acquisition Regulation (FAR) provisions and clauses relevant to contractors involved in federal procurement processes. This table includes provisions effective from different dates, covering subjects like incorporation by reference of representations, prohibitions on contracting due to security concerns (e.g., Kaspersky Lab), and requirements for combating human trafficking and ensuring supply chain security. Key clauses include requirements for representations related to telecommunications services and equipment and guidelines for subcontracting commercial products. The document serves to standardize and mandate compliance among vendors, ensuring they meet government regulations and standards. This is crucial to safeguard national security, promote ethical practices, and streamline operations within federal contracts and grants.
    The document outlines a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSB) under the federal government procurement process. It includes essential details such as solicitation and contract numbers, award dates, contact information, and delivery requirements. The issuance invites offers by specifying the types of solicitations like Request for Quotes (RFQ), Invitations for Bids (IFB), and Requests for Proposals (RFP). The submission deadline is set for July 14, 2025, at 7:00 AM EST. Additionally, it incorporates contract-related certifications and ratings, particularly noting if the acquisition is set aside for various small business categories like Economically Disadvantaged WOSB and Service-Disabled Veteran-Owned Small Business. The document emphasizes the importance of principles of procurement in supporting small businesses and clarifying the responsibilities and agreements for successful contractors, maintaining compliance with federal acquisition regulations. This solicitation represents broader efforts to engage small businesses in government contracts, promoting economic diversity and opportunity.
    The U.S. Coast Guard Base Astoria is seeking contractors for the replacement of the OOD Watchstander shower in the Administration Building. The project requires the contractor to provide all necessary resources, including personnel and equipment, while adhering to established safety and quality standards. A mandatory site visit is scheduled for July 14, 2025, and the project completion timeline is 40 days post-award. The contractor must appoint a contract manager with full authority and ensure employees do not pose security threats. Compliance with federal, state, and local plumbing codes is essential, with modifications needed to install a more accessible shower. Specific tasks include removing the existing shower and relocating plumbing as per updated designs. Government support includes on-site facilities and essential utilities. The contractor bears the responsibility for any encountered site interferences and must follow safety regulations including OSHA standards. Acceptance of work will be confirmed by the designated Point of Contact. This project exemplifies the Coast Guard's commitment to maintaining functional facilities while adhering to security and safety protocols in government contracting.
    The U.S. Coast Guard Base Astoria is seeking a contractor to replace the Officer of the Day (OOD) Watchstander shower located in the Administration Building. The contractor is responsible for providing all necessary personnel, equipment, and services to execute the project according to the standards outlined in the Scope of Work (SOW). Key requirements include the removal of the existing shower, plumbing modifications, and installation of an upgraded, compliant shower that meets accessibility standards. The project must be completed within 40 days of contract award. Security protocols mandate that all contractor personnel possess valid identification. Operations are to be conducted Monday through Friday during specified hours, with invoicing processed through the Invoice Processing Platform (IPP). The document also details safety compliance and acceptance procedures. This project aligns with federal procurement processes, emphasizing contract management, quality assurance, and adherence to safety regulations, reflecting the government's commitment to maintaining its facilities effectively and safely.
    Lifecycle
    Title
    Type
    Shower Replacement
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    Pilot Locker Restroom Renovation
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    USCG Aids To Navigation New York Wet Rooms
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the renovation of locker rooms at the Aids to Navigation facility in Bayonne, New Jersey. The project requires compliance with the attached Statement of Work (SOW) to ensure the locker rooms meet operational standards and provide necessary amenities for personnel. This renovation is crucial for maintaining the functionality and safety of facilities used by Coast Guard members. Interested contractors should reach out to Jeff Center at Jeffery.A.Center2@uscg.mil for further details regarding the solicitation process.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.