70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
ID: 70Z03024QCLEV0095Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

PLUMBING FIXTURES AND ACCESSORIES (4510)

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 for the repair or replacement of the sprinkler supply line at the Air Station Detroit in Michigan. The project requires bidders to provide all necessary labor, materials, equipment, and supervision in accordance with the Statement of Work, with a completion timeline of 30 days following the Notice to Proceed. This procurement is critical for restoring the fire safety system, which has been compromised due to underground leaks, and emphasizes compliance with federal labor standards and environmental regulations. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a reference information form for vendors submitting proposals in response to government RFPs (Request for Proposals). It requires detailed company information, including experience in relevant work, references for similar projects, and contact details. Key questions address past employment terminations, potential challenges in meeting deadlines, and the extent of work to be subcontracted. The form also inquires whether the vendor's wages comply with the Davis-Bacon Wage Act, emphasizing adherence to federal wage standards. Vendors must provide three references, detailing the contact person, company name, address, and project specifics. The structured format aids in evaluating vendor qualifications, ensuring they possess the necessary expertise and compliance before award decisions. Overall, the form is designed to streamline the proposal evaluation process within the context of federal and local government contracting.
    The document outlines a Request for Information (RFI) process by the U.S. Coast Guard (USCG) Base Cleveland, aimed at clarifying aspects of a solicitation related to a project. It includes a structured form to be filled out by requestors, capturing essential details such as the solicitation number, project location, requested information, and contact information. The response section is designated for input by the contracting officer, noting that any clarifications provided do not alter the existing terms and conditions but may suggest amendments to the solicitation. The RFI serves as a mechanism to ensure that all parties understand the solicitation accurately, facilitating a transparent procurement process aligned with federal and state/local contracting standards.
    The document outlines a Request for Quote (RFQ) for sprinkler supply line repair or replacement work at the U.S. Coast Guard Air Station in Detroit, Michigan. It requires bidders to provide a complete quotation packet, including Standard Form (SF) 1442 and relevant sections. Key specifications include the base quote amount, compliance with the USCG Statement of Work, and inclusion of taxes. The contractor must complete the project within 30 days of receiving the Notice to Proceed and is responsible for providing labor, materials, and equipment. The procurement is under $25,000, with specific requirements for bonding and insurance. It emphasizes the need for prompt payment, submission of invoices via the Invoice Processing Platform, and adherence to federal acquisition regulations. Bidders must also demonstrate compliance with labor standards and environmental considerations. The RFP encourages green purchasing practices per federal guidelines, reflecting the government’s commitment to environmentally preferable contracting. The overall structure includes various sections detailing schedules, specifications, requirements for insurance, and bonding, alongside contract clauses that govern the procurement process. This RFQ reflects the standard procedures and obligations associated with federal government contracts.
    This solicitation document outlines the requirements for a construction project at the US Coast Guard Air Station Detroit, specifically focusing on the repair or replacement of the sprinkler supply line in accordance with a detailed statement of work. The document is structured to guide offerors through the bidding process, including the necessary forms and requirements for submissions. The key elements include a solicitation number, contract details, project timelines, and the need for performance and payment bonds. Offerors must submit sealed bids by a specified deadline and ensure they comply with all outlined provisions. Questions regarding the solicitation are directed to the contracting specialist, with a clear deadline for inquiries. The government's expectation is for the contractor to begin work promptly after contract award, ensuring completion within the designated performance period. The document emphasizes the importance of adhering to specified conditions to facilitate a fair and structured bidding process, signifying the government’s commitment to maintaining standards in contracting and project execution.
    The document outlines Solicitation 70Z03024QCLEV0095 for the USCG Air Station Detroit Sprinkler Supply Line Repair or Replacement Project. Interested parties must submit their quotes by September 20, 2024, at 4:00 PM EDT, and are encouraged to provide earlier responses. Quotes should include a detailed breakdown of all costs, covering labor, materials, subcontractors, equipment, overhead, and profit. Submissions must be emailed to Jonathan C. Barrett, the contracting specialist, who can also be contacted for inquiries using the provided email and phone number. Notably, if any quoted amount exceeds the government's cost estimate by more than 30%, negotiations may be terminated. The accompanying documents include the solicitation details, a statement of work, wage determinations, and a request for information sheet, ensuring potential contractors have all necessary information for their submissions. This request is part of broader government efforts to manage projects efficiently while ensuring compliance with federal procurement regulations.
    The document outlines the scope of work for repairing the main water line of the fire sprinkler system at the USCG AIRSTA Detroit. The contractor is required to commence work within five days of the notice to proceed and complete it within 30 days of contract award. The damage, attributed to underground leaks likely caused by groundhogs and ground freezing, has rendered the fire sprinkler system unusable, resulting in flooding in adjacent areas. The contractor must be licensed in water and sewer system construction in Michigan and is responsible for all labor, materials, and equipment necessary for the repair, including the replacement of a 3” riser pipe and cement repair within the utility room. Hazardous waste disposal must adhere to regulations. Communication about the contract will go through a designated contracting officer and associated representatives to ensure oversight and compliance with the project’s requirements. Overall, the document serves as a formal request for proposals outlining specific repair work needed, contracting requirements, and supervisory protocols necessary to restore the fire safety system in compliance with federal standards.
    The document outlines wage determinations for residential construction projects in Michigan, specifically in Lapeer, Livingston, Macomb, and Wayne Counties. It adheres to the Davis-Bacon Act, which mandates the payment of minimum wages per Executive Orders 14026 and 13658 based on contract dates. For contracts initiated after January 30, 2022, workers must earn at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour. The document provides detailed wage rates and fringe benefits for various trade classifications, such as electricians, carpenters, and laborers, emphasizing prevailing wages and contractor obligations. Further, it specifies the appeal process for wage determination disputes, including initial inquiries to the Wage and Hour Division and subsequent appeals to the Wage and Hour Administrator and, if necessary, the Administrative Review Board. This document plays a pivotal role in ensuring that contractors and workers are informed about compensation standards and legal requirements tied to federal and state-funded construction projects, reinforcing compliance with established labor laws.
    Lifecycle
    Similar Opportunities
    70Z03024QCLEV0125 - U.S. Coast Guard Air Station Detroit Fire Suppression Inspection
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the inspection of the fire suppression system at the Air Station Detroit, located in Selfridge ANGB, Michigan. The procurement involves providing all necessary labor, materials, equipment, transportation, and supervision to conduct the fire suppression system inspection, as detailed in the Statement of Work. This contract, estimated to be under $25,000, emphasizes the importance of maintaining safety standards and compliance with federal regulations for fire control equipment. Interested parties should contact Amanda D. Tobin at Amanda.D.Tobin@uscg.mil for further details, with the due date for offers to be established upon issuance of the Request for Quote, expected to be available in approximately seven days.
    70Z03024QCLEV0141 - US COAST GUARD AIRSTA DETROIT RESTRIPING PROJECT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the AIRSTA Detroit Ramp Restriping Project, which involves providing all necessary labor, materials, and equipment for restriping the ramp at Selfridge ANGB in Michigan. Contractors must adhere to the Statement of Work and are encouraged to conduct a site visit to ensure accurate pricing; the project is critical for maintaining operational safety and compliance with federal regulations. Interested bidders must have active registration in the System for Award Management (SAM) and submit their quotes by September 20, 2024, at 4:00 PM EDT, with all inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil. The contract is set aside for small businesses under NAICS code 237310, with a performance period of 30 days post-award.
    Katmai Bay Fan Coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the Duct Coil Pre Heater and Electrical Heater in the Fan Room of the WTGB 140 vessel located in Sault Sainte Marie, Michigan. The project involves addressing leaks in the Aux 1 and Bosn Hole areas, conducting pressure tests on the systems, and ensuring compliance with various Coast Guard specifications while protecting unaffected vessel components from contamination. This procurement is crucial for maintaining the functionality and safety of government-operated marine vessels, with a project completion deadline set for October 15, 2024. Interested vendors must submit their quotes by 8:00 AM Pacific Time on September 20, 2024, and can contact Jeramyah George at Jeramyah.W.George@uscg.mil or Kyler Fisk at Kyler.C.Fisk@uscg.mil for further information.
    Airstation New Orleans Hangar Door Repair and Troubleshooting
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair and troubleshooting of hangar doors at the Air Station New Orleans in Louisiana. The project involves servicing two three-part hangar door systems, including two 30-foot doors and one 40-foot door, with an emphasis on minimal disruption to ongoing operations and adherence to safety regulations. This procurement is crucial for maintaining operational efficiency and safety at the air station, ensuring that the hangar doors function properly for aircraft operations. Quotes are due by 3:00 PM CST on September 25, 2024, and interested contractors must submit their proposals to Ronnie.L.Mills@uscg.mil, ensuring they are registered in the System for Award Management (SAM) prior to the deadline.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
    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.
    Chimney repair at Station Depoe Bay
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for chimney repair services at the Station Depoe Bay in Oregon. The project entails inspecting and repairing a chimney system, replacing interior attic flashing to prevent water penetration, and performing both interior and exterior painting to restore the chimney's condition. This procurement is crucial for maintaining the integrity of the Coast Guard's infrastructure and adheres to local procurement policies, with bids limited to vendors within a 50-mile radius of the station. Interested contractors must submit their bids via the Unison Marketplace by September 20, 2024, and comply with federal acquisition regulations, with a delivery requirement of 30 days post-order receipt. For further inquiries, contact Marketplace support at marketplacesupport@unisonglobal.com or call 877-933-3243.
    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.
    ANTI-SWEAT INSULATION REMOVAL AND REPLACEMENT (CGC RESOLUTE)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the removal and replacement of anti-sweat insulation aboard the Coast Guard Cutter Resolute, located in Saint Petersburg, Florida. The project involves the removal of existing insulation, installation of approximately 680 feet of new insulation on chill water and other lines, treatment of 770 square feet of interior compartment bulkheads to prevent sweating, and replacement of corroded ducting. This initiative is crucial for maintaining the operational capabilities of Coast Guard assets and ensuring compliance with safety and quality standards, including OSHA regulations. Interested contractors should contact Malicia Smith at malicia.c.smith@uscg.mil or Joseph Rizzardi at JOSEPH.A.RIZZARDI@USCG.MIL for further details.
    MSW Pipe Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of MSW Pipe Repair services. MSW Pipe Repair is typically used for repairing pipes in marine vessels and equipment. The place of performance for this procurement is in Jacksonville, FL (zip code 32228), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. For more details, please refer to the attached document.