Airstation New Orleans Hangar Door Repair and Troubleshooting
ID: 70Z02924QNEWO00216Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS (Z2EB)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications and requirements for a construction contract effective July 19, 2024. It emphasizes the contractor's obligations to commence, prosecute, and complete work within specified timelines, with the exact duration and completion date to be determined by the contracting officer. Key clauses include provisions for liquidated damages for delays, time extensions related to contract changes, and the authority for the contracting officer to suspend work for government convenience. Additionally, it stipulates contractors must adhere to various standards, including wage rates and compliance with federal laws regarding subcontracting, labor conditions, and materials. The support structure details invoicing procedures via the Invoice Processing Platform (IPP), ensuring electronic submissions for efficiency. Overall, this document serves as a guideline for potential contractors to understand their responsibilities, compliance requirements, and administrative processes essential for executing government-funded construction projects.
    The document outlines the General Decision Number LA20240052 regarding wage determinations for building construction projects in Louisiana, specifically in Plaquemines, St. Charles, St. James, and St. John the Baptist Counties. It conveys compliance requirements under the Davis-Bacon Act and associated Executive Orders for contractor minimum wage rates. Key points include wage rates for various construction trades, such as asbestos workers, electricians, and plumbers, along with applicable fringe benefits. The document clarifies that projects on or after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour, while prior contracts may follow Executive Order 13658, requiring $12.90 per hour. It delineates the appeals process for wage determinations, emphasizing the necessary documentation for requests. The purpose of this determination is to ensure fair wage practices in federally funded construction projects, adhering to federal labor standards while addressing worker protections and compliance for contractors involved in these projects. This document serves as a critical reference for federal RFPs and grants related to construction in Louisiana, ensuring adherence to established labor regulations.
    The United States Coast Guard Air Station New Orleans (USCG AIRSTA NOLA) requires a contractor to perform annual maintenance and troubleshooting on its hangar doors. Bidders are urged to inspect the site beforehand and must work around facility operations, notifying the Coast Guard of the start date one week in advance. Safety regulations, including those from OSHA, must be adhered to, with formal safety plans required from the contractor. The work consists of servicing two three-part hangar door systems and complying with specific operational protocols to ensure minimal disruption, such as conducting maintenance on one door at a time. The contractor must be responsible for the protection of their materials, storage arrangements, and the repair of any utilities damaged during their work. Furthermore, they will need to maintain the site’s cleanliness and follow strict security regulations. The document primarily serves as a Request for Proposals (RFP) outlining the requirements and expectations for contractors bidding on the maintenance work at the air station, focusing on operational continuity, safety, and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    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 replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), 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. The Statement of Work (SOW) is attached to the notice for further details.
    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.
    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.
    OPS Generator Room Safety Repairs
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the OPS Generator Room Safety Repairs project at Base Borinquen in Aguadilla, Puerto Rico. The project involves significant renovations, including replacing the Galvalume roof and structural beams, treating rusted areas, upgrading windows and doors, enhancing electrical conduits, and refreshing signage, all aimed at improving the generator room's structural integrity and aesthetics. This initiative underscores the Coast Guard's commitment to maintaining safe and operational facilities while adhering to federal safety regulations. Interested contractors should contact Hector D. Laguer Garcia or LT Clara Dahill Baue for inquiries and submit their quotes to Julius.J.Oden@uscg.mil, with a site visit scheduled for September 16th at 10:00 AM and project completion expected within 45 days of commencement.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    70Z03024QCLEV0095 - US COAST GUARD AIR STATION DETROIT SPRINKLER SUPPLY LINE REPAIR OR REPLACEMENT
    Active
    Homeland Security, Department Of
    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.
    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.