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
    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
    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.
    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.
    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.
    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
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCG Aids To Navigation Station New York Flooring
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and installation of epoxy flooring at the Aids To Navigation Station in Bayonne, New Jersey. The project involves maintenance work categorized under the NAICS code 236118, which pertains to residential remodelers, and the PSC code Z1AA, related to the maintenance of office buildings. This flooring installation is crucial for ensuring safe and functional operational spaces within the facility. Interested contractors can reach out to Jeff Center at Jeffery.A.Center2@uscg.mil for further details regarding the solicitation.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.