USCG STA Washington Bldg 92 Berthing Water Damage Repairs
ID: 70Z0G825QBNCR0008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Drywall and Insulation Contractors (238310)

PSC

WALLBOARD, BUILDING PAPER, AND THERMAL INSULATION MATERIALS (5640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide labor, materials, and equipment for water damage repairs at Station Washington, Building 92, located at Joint Base Anacostia-Bolling in Washington, D.C. The project involves the installation of new flooring, drywall, insulation, and painting in areas affected by previous water damage, covering approximately 2,000 square feet, with a focus on compliance with safety and environmental regulations. Interested contractors must submit their quotes by noon Eastern Time on April 8, 2025, via email to the designated Contracting Specialist, Samuel Salerno, and are encouraged to schedule a site visit to better understand the project requirements. All bidders must maintain an active vendor record on SAM.gov and adhere to the small business size standard of $19 million under NAICS code 238310.

Files
Title
Posted
Apr 9, 2025, 7:08 PM UTC
The document outlines a solicitation for construction services related to repair and installation work at the U.S. Coast Guard Station Washington, specifically to address previous water damage. The project involves repairing and installing new flooring, drywall, and insulation in specified areas of the facility, located at Joint Base Anacostia-Bolling. This procurement is exclusively set aside for small businesses under the NAICS code 238310, with a size standard of $19.0 million. The deadline for submitting quotes is April 8, 2025, and inquiries should be directed to the designated Contracting Specialist by April 3, 2025. Contractors are required to provide performance and payment bonds if mandated, with the potential for cancellation of the solicitation by the government. The award is anticipated to be a Firm-Fixed Price contract, emphasizing the necessity for eligible bidders to maintain active vendor records on SAM.gov to be considered for the contract. The document encapsulates typical requirements and procedures seen in government RFPs, ensuring compliance with federal regulations and encouraging participation from small business contractors.
Apr 9, 2025, 7:08 PM UTC
The document details provisions and clauses relevant to federal government construction contracts, emphasizing adherence to small business participation and Buy American stipulations. Key provisions include the Small Business Program Representations, which define several categories of small businesses, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSBs) and Veteran-Owned Small Businesses. The document outlines the criteria for these classifications and the requirements for contractors to self-represent their business status regarding size and ownership. Additionally, the Buy American clause mandates that only domestic construction materials be used in contracts, with specific definitions for "domestic" and "foreign" materials, and exceptions related to cost and availability. The document further clarifies the procedures for contractors wishing to request exceptions, ensuring compliance with federal regulations. This set of provisions is part of the broader framework for federal Requests for Proposals (RFPs), grants, and local contracting initiatives, designed to promote equitable business opportunities and reinforce domestic material use in government-funded construction projects. The overall intent is to ensure accountability, transparency, and adherence to federal guidelines, supporting both small business growth and domestic procurement.
Apr 9, 2025, 7:08 PM UTC
Apr 9, 2025, 7:08 PM UTC
The solicitation 70Z0G825QBNCR0008 includes clarifications on requirements for a construction project involving flooring and drywall installations. The Statement of Work (SOW) contained errors regarding quantity estimates, corrected to 90 sq ft for flooring and 200 sq ft for drywall. Original drawings are available via Jason Seraphin; no modifications are needed. Specification details confirm that 5/8” drywall is required, with moisture-resistant options in bathrooms. Insulation must meet local building codes with specified R-values of R-13 for walls and R-38 to R-60 for ceilings. The flooring specifications call for a 30mil waterproof luxury vinyl plank; contractors are to choose brands that provide best value while ensuring compliance with installation standards. Transition strips will be needed between floors and room thresholds. Ensuring proposals are complete, additional site photos or plans can be provided upon request. Overall, the document serves as a guideline for contractors to accurately address project requirements, ensuring adherence to industry standards and local regulations.
Apr 9, 2025, 7:08 PM UTC
The document focuses on federal and state/local Requests for Proposals (RFPs) and grants aimed at various government projects. It highlights the importance of structured proposals that meet specific requirements established by government agencies. Key ideas presented include the necessity for detailed project descriptions, timelines, expected outcomes, and budgets in proposals. Compliance with regulatory standards and environmental considerations are emphasized as vital components of successful submissions. The structure of the document outlines the procedural steps for applying for grants and submitting proposals, detailing eligibility criteria, application processes, and evaluation metrics used by agencies. It stresses the need for clear communication and thorough documentation to facilitate the review and approval of proposals. Overall, the document serves as a comprehensive guide for potential applicants seeking funding or contracts through government channels, emphasizing adherence to guidelines and direct alignment with governmental objectives for project implementation.
This document outlines the scope of work for a flooring and drywall repair project at the U.S. Coast Guard Station Washington, necessitated by water damage. The contractor is responsible for providing labor, materials, and equipment to complete renovations, including the installation of waterproof flooring, insulation, drywall, and painting over approximately 2,000 square feet. Key tasks include installing new LED lighting, replacing bathroom fixtures, and ensuring all work adheres to safety and environmental regulations. Contractors must initiate work within seven days of notice and complete it within 21 working days. A site visit is recommended for bidders to verify project specifics. The document emphasizes compliance with safety, environmental, and cleanliness standards throughout the project. It also specifies communication protocols, including the need for written notifications regarding safety hazards and environmental concerns, asserting the importance of maintaining a safe and compliant work environment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USCG District Eight REPFAC Painting
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the USCG District Eight REPFAC Painting project located in New Orleans, Louisiana. The procurement involves providing all necessary labor, materials, and equipment for the painting and restoration of various interior and exterior surfaces, including approximately 13,800 square feet of walls, ceilings, and select doors, with an emphasis on ensuring a high-quality finish and compliance with safety protocols. This project is set aside for small businesses under NAICS Code 238320, with a firm-fixed price contract anticipated to be awarded to the lowest bidder, and all quotes must be submitted by 5:00 PM CST on April 25, 2025, to Wesley.K.Hanna@uscg.mil. Interested contractors are encouraged to inspect the site prior to bidding and must comply with federal wage rates and regulations as outlined in the solicitation documents.
70Z03025QCLEV0056 - U.S. Coast Guard Sector Northern Great Lakes Housing Units Flooring Replacement Project
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the flooring replacement project at the Sector Northern Great Lakes Housing Units located in Lake Isabella, Michigan. The project requires the provision of all labor, materials, equipment, and supervision necessary for the removal of old flooring and installation of new flooring in various housing units, with completion expected by September 1, 2025. This initiative is crucial for maintaining the quality of living conditions for Coast Guard personnel and their families. Interested contractors should prepare to submit their proposals, with an estimated contract value between $25,000 and $100,000, and direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL.
USCGC WAESCHE FLOORING UPGRADES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for flooring upgrades aboard the USCGC Waesche, with a focus on the Officer Wardroom, First Class Lounge, and Crew's Lounge. The project requires the removal of existing flooring down to bare metal and the installation of Mannington's Amtico Spacia Decking, with a completion deadline set for June 6, 2025. This procurement is critical for maintaining the vessel's interior quality and safety, adhering to established Coast Guard specifications for surface preparation and installation. Interested contractors should contact Aaron Benson at aaron.d.benson@uscg.mil or Julia VanLuven at Julia.L.Vanluven@uscg.mil for further details and to ensure compliance with all guidelines.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
70Z03025QCLEV0048- Sector Northern Great Lakes Housing Units Painting Project
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Sector Northern Great Lakes Housing Units Painting Project, identified by solicitation number 70Z03025QCLEV0048. The project requires the provision of all labor, materials, equipment, and supervision necessary for painting residential housing units in Lake Isabella, Michigan, with completion expected by September 1, 2025. This procurement is crucial for maintaining and improving housing conditions for Coast Guard personnel, with an estimated contract value ranging from $25,000 to $100,000. Interested contractors should direct inquiries to Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL, and must register for notifications regarding the solicitation documents, which will be available online shortly.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
Building Supply
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
Fuel Tank Transition Sump Replacement at USCG Station Brunswick, GA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of a transition sump in a fuel tank at USCG Station Brunswick, Georgia. This procurement is a combined synopsis/solicitation under solicitation number 70Z036-25-Q-0004, set aside entirely for small businesses, with a NAICS code of 238990 and a size standard of $19 million. The project is critical for maintaining the operational integrity of the emergency generator fuel tank and must be completed within 60 days following contract award, ensuring compliance with various environmental and safety regulations. Interested parties should submit their quotes via email by 5:00 PM EST on April 30, 2025, and may contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730 for further information.