Reseal Existing Concrete Secondary Containment for IPD St. Louis for USCG
ID: 70Z02924QNEWO0195Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)

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 reseal the existing concrete secondary containment structure at the Industrial Production Detachment (IPD) located at the U.S. Coast Guard Base in St. Louis, Missouri. The project aims to restore compliance with environmental regulations by ensuring the impermeability of the containment area, which measures 15’x20’ and includes a 4"x7" berm, using a non-toxic, waterproof, and chemically resistant sealant. This procurement is critical for maintaining safety and regulatory adherence in facility operations, with a firm-fixed price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel S. Ivy at joel.s.ivy@uscg.mil by September 17, 2024, and must be registered in SAM.gov to participate.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and contractual obligations for a construction project, emphasizing the need for compliance with the Statement of Work. The contractor is required to initiate work within 14 days upon receiving the notice to proceed, with the entire project to be completed within 30 days, including final cleanup. Key provisions address potential work suspensions directed by the contracting officer and conditions under which cost adjustments may apply if work is delayed due to the government's actions. The document also incorporates various federal acquisition regulations (FAR) and clauses pertaining to contract administration, labor standards, and invoicing through the Invoice Processing Platform (IPP). Vendors must be registered in IPP to submit invoices electronically and track payment status. Additionally, it highlights compliance with certain labor regulations and includes provisions aimed at ensuring fair wages and employment practices. Overall, this file serves as a foundational document for managing a federal construction contract while ensuring adherence to government standards and efficient financial operations.
    The document addresses a request for clarification regarding sealant application on a project involving sealing the floor and the cold joint at the base of a vertical berm. It is confirmed that both the entire floor and the 7-inch side of the berm need sealing. Furthermore, it inquires about responsibility for remarking the floor after sealing, with USCG personnel indicating they can handle the remarking using black and yellow caution tape. This communication is part of a governmental project, likely related to maintaining safety and compliance in construction or repair activities. Clarity on responsibilities and procedures indicates a structured approach to project management within government contracts.
    The document addresses logistical and technical aspects of a sealing project overseen by U.S. Coast Guard (USCG) personnel. Key inquiries include responsibilities for moving goods for project access, specifications on what portions of a curb (berm) should be sealed, and the necessary characteristics of the sealing chemicals required for effectiveness. Specifically, sealing is required only on the vertical 7-inch side of the curb and not on the 4-inch top section. Additionally, the list of chemicals that the sealant must protect against includes gasoline, engine coolant, hydraulic fluid, and oil. This document plays an important role within the context of government RFPs, outlining the specific needs and parameters that potential contractors must address in their proposals.
    The document outlines a Request for Quotation (RFQ) for the resealing of the concrete secondary containment structure at the U.S. Coast Guard Base in St. Louis, MO. The solicitation is designated for small businesses only, and the award will be based on a firm-fixed price to the lowest bidder. Contractors must complete their offers by submitting them to the specified email by September 17, 2024. The work is guided by a detailed scope of work that ensures compliance with federal regulations. No performance or payment bonds are necessary for contractors, and all must be registered in SAM.gov. Additional details include the project's NAICS code (238330) and the corresponding size standard of $19 million. The RFQ emphasizes submission timelines and conditions for bid acceptance, highlighting that bids submitted with less than thirty calendar days for government acceptance will be rejected. Overall, this document illustrates the structured process for federal contracting and the emphasis on small business participation in government projects.
    The Statement of Work (SOW) for Secondary Containment Waterproofing at the USCG Schlimme Industrial Facility in St. Louis outlines the project to restore compliance with EPA and state spill prevention regulations. The focus is on re-sealing a concrete secondary containment area measuring 15’x20’ with a 4"x7" berm to ensure impermeability against oil discharge. The sealant must be non-toxic, waterproof, and chemically resistant. Compliance with safety measures, including PPE and waste disposal protocols, is mandatory during the project. The contractor is also responsible for managing qualified personnel and ensuring effective communication with the Government's representatives. Work hours are set from 0600 to 1630 CST, with a completion timeframe of thirty days post-award. This project reflects the government's commitment to environmental safety and regulatory adherence as a critical component of facility operations.
    The document outlines the wage determination applicable to building construction projects in St. Louis City County, Missouri, as per the Davis-Bacon Act. It specifies minimum wage requirements under Executive Orders 14026 and 13658, with rates starting at $17.20/hour for contracts initiated or renewed after January 30, 2022, and $12.90/hour for previous contracts not extended. The report includes a detailed list of job classifications, prevailing wage rates, and fringe benefits for various construction roles, ensuring compliance with federal regulations. Additionally, it mentions the provisions for paid sick leave under Executive Order 13706 and lays out a process for appealing wage determinations. The structured format enables contractors to understand their payment obligations and worker protections, promoting fair labor practices in federally funded projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sealcoat/Crack Fill/Striping of STA Bellingham Parking Lot
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the sealcoating, crack filling, and striping of the parking lot at Station Bellingham in Washington. The contractor will be responsible for providing all necessary personnel, materials, and equipment while adhering to safety standards and regulations, with work to be conducted during normal business hours. This procurement is crucial for maintaining the facility's appearance and safety, emphasizing compliance with federal regulations and the Service Contract Act. Quotes are due by 3:00 PM PDT on September 16, 2024, and interested parties should submit their proposals to Elizabeth Meister at elizabeth.a.meister@uscg.mil, referencing solicitation number USCG-SPS-0007.
    70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.
    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.
    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.
    SUPERSTRUCTURE PRESERVATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for a project focused on the preservation of the superstructure of specific Coast Guard vessels (Hulls 75401 - 75405). The contractor will be responsible for preserving aluminum surfaces, which includes implementing protective measures, inspecting hull identification markings, and preparing surfaces through washing and optional abrasive blasting, all in accordance with Coast Guard standards. This preservation work is crucial for maintaining the operational readiness and regulatory compliance of the Coast Guard fleet and will be conducted at Wepfer Marine in Memphis, Tennessee, typically during business hours, with possible extensions to weekends or holidays as needed. Interested parties can reach out to primary contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or by phone at 510-437-5436 for further information.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    ST. LOUIS, ILLINOIS, FLOOD PROTECTION PROJECT, BID PACKAGE 14B
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the St. Louis, Illinois Flood Protection Project, specifically for Bid Package 14B. This project involves construction activities related to flood protection and restoration of real property, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The procurement is particularly significant as it aims to enhance flood resilience in the region, ensuring safety and protection for local communities. Interested contractors, especially those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should note that the bid due date has been extended, with further details on revised plans and specifications forthcoming. For inquiries, contact Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257, or Etta Schuchardt at Etta.Schuchardt@usace.army.mil or 314-331-8503.
    FENDER MARINE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of marine fenders, specifically part number 8400049, as part of a total small business set-aside contract. The requirement includes the provision of two marine fenders, which must be packaged and delivered according to strict military standards to ensure protection during transit and storage. These fenders are critical components used in U.S. Coast Guard small boats, and the procurement is justified as a sole-source acquisition due to the proprietary nature of the product, limiting availability to the original equipment manufacturer. Interested vendors must submit their quotes by September 19, 2024, at 12:00 PM EDT, and can direct inquiries to Yannick Kassi at yannick.a.kassi@uscg.mil.
    Watertight Hatch
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a Watertight Hatch through a Combined Synopsis/Solicitation notice. A Watertight Hatch is a type of equipment used in marine vessels to provide a secure and watertight seal for access points. The procurement is set aside for small businesses and will be awarded on a firm-fixed-price basis. Interested vendors must submit quotes by 0800 Pacific Time on November 22, 2023. The delivery address is USCGC CIMARRON, 700 Coast Guard Rd., Buchanan, TN 38222. For more information and to submit quotes, contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil.