Repair Concrete Spalling Boat House
ID: 30327PR26Q0000002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 soliciting quotes for the repair of concrete spalling at the boathouse located at Coast Guard Station Destin, Florida. The project requires a thorough inspection of the structural support pillars/columns, documentation of findings, and the development of a certified repair plan by a Florida-licensed Professional Engineer. This procurement is critical for maintaining the structural integrity of the facility and ensuring operational readiness. Quotes are due by 3:00 PM CST on January 6, 2026, and must be submitted via email to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil, with all inquiries directed to the same contact.

    Files
    Title
    Posted
    This document outlines the contract specifications for the engineering assessment and repair of concrete spalling cracks in the boathouse structural support pillars/columns at the U.S. Coast Guard Station Destin, FL. The contractor is responsible for inspecting, documenting, and reporting all findings, including photographic evidence, crack mapping, and structural integrity assessments. A certified repair plan, signed by a Florida-licensed Professional Engineer, must be generated, detailing repair methods, materials, and structural analysis. The contractor will then execute the repairs and provide documentation. Key requirements include adherence to a specific work schedule (Monday-Friday, 7:00 am - 4:00 pm), site safety, environmental protection, waste disposal according to RCRA, and security protocols for personnel. The Coast Guard will provide electricity and potable water, but the contractor is responsible for connections and temporary facilities. Submittals include personnel rosters, project schedules, safety plans, product data, and operation/maintenance manuals.
    This government file, FAC 2023-01, outlines provisions and clauses for construction contracts, primarily focusing on small business program representations and Buy American requirements. It defines various small business categories, including Economically Disadvantaged Women-Owned, Service-Disabled Veteran-Owned, Small Disadvantaged, Veteran-Owned, Women-Owned, and HUBZone concerns, detailing their eligibility criteria and representation requirements. The document also specifies the North American Industry Classification System (NAICS) codes and size standards for acquisitions, along with the consequences of misrepresenting business status. Additionally, it provides comprehensive definitions and regulations for "Buy American—Construction Materials," emphasizing the preference for domestic materials and outlining exceptions and procedures for requesting waivers. The file incorporates numerous Federal Acquisition Regulation (FAR) clauses and provisions by reference, covering aspects such as commencement of work, protest procedures, site visits, and various administrative, labor, and environmental compliance requirements. It also includes instructions for submitting invoices through the Invoice Processing Platform (IPP).
    The U.S. Coast Guard is seeking quotes for a Firm-Fixed Price Construction Contract to repair a concrete dock at Station Destin, FL. This solicitation, a small business set-aside with NAICS code 236118, requires a detailed engineering site inspection, report, certified repair plans, and execution of those plans. Offerors must be registered in SAM.gov and the contract will be awarded to the lowest-priced offeror. A site visit is strongly encouraged, with coordination through MKC Daniel Flanigan. All work must minimize operational impacts. Quotes are due by 3:00 pm CST on January 6, 2026, and must be submitted via email to Clarence.henshawjr@uscg.mil, who is also the point of contact for all questions regarding this RFQ.
    This document outlines the evaluation process for a Request for Quote (RFQ) issued by the U.S. Coast Guard (USCG), identified by reference number 30327PR26Q0000002. The contract will be awarded to the responsible offeror whose proposal is deemed the Lowest Price Technically Acceptable and offers the best value. The evaluation process involves assessing offers sequentially, starting with the lowest price. If an offer is technically acceptable, an award will be made. If unacceptable, the next lowest-priced offer will be evaluated until a technically acceptable offer is identified. Not all offers may be evaluated. The point of contact for this RFQ is MKC Daniel Flanigan. The document also includes standard government contracting continuation sheet details such as NSN 7540-01-152-8067 and JEI Solution as the name of the offeror or contractor.
    This Request for Quotation (RFQ) from the U.S. Coast Guard Base New Orleans is not a small business set-aside and seeks a vendor to inspect concrete spalling and cracks in the boathouse structural support pillars/columns at the U.S. Coast Guard Station Destin. The request emphasizes that submitted quotations are not offers and do not commit the government to any costs. Vendors must be registered with the System for Awards Management (SAM) at www.Sam.Gov. The RFQ includes Federal Acquisition Regulation (FAR) Clauses and Department of Labor (DOL) Wage Rates for Construction. The main intent of this solicitation is to document all findings from the inspection.
    This document, General Decision Number FL20250217, outlines prevailing wage rates and fringe benefits for various building construction trades in Okaloosa County, Florida. It includes union and survey rates for occupations like Elevator Mechanic, Crane Operator, Ironworker, Pipefitter, Carpenter, Electrician, Plumber, and others. The document also provides important information regarding Executive Order 13706 (Paid Sick Leave for Federal Contractors) and Executive Order 13658 (Establishing a Minimum Wage for Federal Contractors), detailing contractor obligations and worker protections. Additionally, it explains the different rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the wage determination appeals process for interested parties.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCG Station Freeport Garage Door replacement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking proposals from qualified small businesses for the replacement of garage doors at the USCG Station Freeport in Texas. The project entails the removal of existing garage doors at the MK Shop and Civil Bay, followed by the installation of new, like-kind doors equipped with electric openers, along with all necessary labor, materials, and equipment. This work is critical for maintaining operational efficiency at the facility and must adhere to OSHA safety standards, with a mandatory site visit required prior to proposal submission. Interested contractors should contact Kala Lowe at kala.m.lowe@uscg.mil or by phone at 314-269-2361 for further details, and proposals must be submitted by the specified deadline, with the total project value estimated to be under $35,000.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    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 a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC NORTHLAND FY26 Unplanned Dockside Main Diesel Engine Renewal project. This procurement involves the replacement of the main diesel engine for the CGC NORTHLAND (WMEC-904) at the Coast Guard Base in Portsmouth, Virginia, with a performance period scheduled from February 2, 2026, to April 27, 2026. The project is critical for maintaining the operational readiness of the vessel and requires contractors to submit detailed proposals addressing technical capability, past performance, and pricing, with a focus on Women-Owned Small Businesses (WOSB). Interested parties must submit their quotes by January 5, 2026, and can direct inquiries to Monica Paul at monica.w.paul@uscg.mil or Kaity George at kaity.george@uscg.mil.
    USCGC Paul, Clark Shaft Seal Tech Rep
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide technical representation for the installation and testing of X2 propulsion shaft seals on the USCGC Paul, with work expected to commence around April 10, 2026. The contractor will be responsible for overhauling existing seals, inspecting components, and renewing expendable parts, while adhering to strict safety and environmental regulations, including compliance with OSHA and ISO standards. This procurement is crucial for maintaining the operational readiness of the vessel, and interested parties must submit their quotes by January 5, 2026, to Jariel Ocasio at jariel.o.ocasiorodriguez@uscg.mil, ensuring all submissions include the required drawings and comply with the outlined specifications.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    CGC FORWARD AA DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dockside maintenance and repair services for the USCGC FORWARD (WMEC-911) during Fiscal Year 2026. The procurement encompasses a range of tasks including cleaning and inspecting fuel and ballast tanks, load testing power supplies, and preserving helicopter operating areas, with an emphasis on adhering to Coast Guard standards and environmental compliance. This contract is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties should note that the period of performance is from April 8, 2026, to May 22, 2026, with a bid closing date of December 30, 2025. For further inquiries, contact Kimberly Burtwell at kimberly.y.burtwell@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil.