70Z03025QCLEV0113 - U.S. COAST GUARD SOLICITATION FOR REPLACEMENT OF SHOWER STALLS AT AID TO NAVIGATION (ANT) TWO RIVERS, WI
ID: 70Z03025QCLEV0113Type: 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 soliciting bids for the replacement of shower stalls at the Aid to Navigation (ANT) facility in Two Rivers, Wisconsin. The project requires contractors to provide all necessary labor, materials, equipment, supervision, and transportation to complete the shower stall replacement within a performance period of 60 calendar days from the date of award. This procurement is crucial for maintaining the operational integrity of the facility and is estimated to fall below $25,000, with a total small business set-aside. Interested contractors should contact Nathan A. Serefine at nathan.a.serefine@uscg.mil for bid submissions and inquiries, and are encouraged to register for notifications regarding the solicitation on SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The “CG BASE CLEVELAND REFERENCE INFORMATION FORM (July 2024)” is a critical document for government contractors, likely used in federal, state, or local Request for Proposals (RFPs) and grant applications. Its primary purpose is to gather comprehensive company and experience information from potential bidders or grantees. The form requires details such as company name, address, telephone and fax numbers, and work hours. It also mandates a detailed listing of previous work experience, references for similar projects (including company name, contact person, address, telephone, and project description), and disclosure of any past job terminations or anticipated difficulties in project completion. Additionally, it asks for the percentage of work to be subcontracted and confirmation of compliance with the Davis Bacon Wage Act regarding prevailing wages. This form ensures that government entities have sufficient information to evaluate a contractor's capability, reliability, and adherence to labor regulations before awarding contracts or grants.
    The document outlines a reference information form for contractors responding to government Requests for Proposals (RFPs) and grants. It includes essential company details such as name, address, contact information, and experience in similar work. Key questions assess the contractor's history, including any job terminations, potential completion difficulties, and the percentage of work to be subcontracted. Additionally, it ensures compliance with prevailing wage laws under the Davis-Bacon Wage Act. References are an important aspect, requiring three contacts from previous projects to validate expertise. This structured request aims to collect thorough and verifiable information from contractors for government projects, emphasizing accountability and adherence to regulations in project execution. The form reflects the federal and local government's commitment to transparency and ensuring that qualified contractors fulfill contractual obligations effectively.
    The U.S. Coast Guard Base Cleveland's Request for Information (RFI) form serves as a standardized communication tool for entities seeking clarification or proposing changes to a solicitation. This form, submitted to the Contracting Specialist/Contracting Officer, allows for detailed inquiries regarding project specifications, discrepancies, or other relevant information, with an option to include attachments. It mandates a response date and requires contact information from the requestor. The form also includes a section for the Coast Guard's response, prepared by designated personnel like the COR or On-Site Inspector. Crucially, the form distinguishes between clarifications that do not alter the solicitation's terms and proposed changes that necessitate an official amendment, ensuring transparency and proper protocol in the procurement process. This streamlined RFI process helps maintain clear communication and facilitates necessary adjustments during the bidding or contracting phase for federal government RFPs.
    The document is a Request for Information (RFI) form from the U.S. Coast Guard Base Cleveland, designed for contractors and stakeholders to inquire about specific details regarding project solicitations. It establishes a structured format for submitting requests to the Contracting Officer, including fields for the solicitation number, project location, specific queries, and contact information for the requester. The responses provided serve to clarify the solicitation without altering its terms, although proposed changes may result in an amendment being issued. The form emphasizes transparency and communication in the contracting process, ensuring that potential bidders have the necessary information to comply with solicitation requirements. This RFI process plays a key role in federal procurement, fostering open dialogue that aids in informed bidding and project execution.
    This government Request for Quote (RFQ) from the U.S. Coast Guard (USCG) outlines requirements for shower stall replacement at the USCG Aid to Navigation (ANT) Two Rivers facility in Wisconsin. The solicitation, numbered 70Z03025PCLEV0113, mandates the submission of a complete solicitation package, including SF-1442 and Sections B-M, with quotes mailed to the address in Block 7 of SF-1442. The project scope encompasses all labor, materials, equipment, supervision, and transportation, with work to be completed within 60 calendar days after receipt of a Notice to Proceed. Bidders must provide their UEI, Taxpayer I.D., and CAGE Code, with quotes including all taxes. The estimated procurement range is between $25,000 and $100,000, with specific bond requirements based on award value (e.g., 100% payment bond for awards between $35K and $150K, and both performance and payment bonds for awards over $150K). Contractors are required to maintain insurance coverage, including Worker's Compensation and General Liability. Invoices must be submitted electronically through the Invoice Processing Platform (IPP) and emailed to designated USCG contacts. The RFQ emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses, including those related to Buy American, payment terms, and environmental considerations.
    The document outlines the Request for Quotes (RFQ) for the Shower Stall Replacement project at the USCG Aid to Navigation facility in Two Rivers, Wisconsin. The RFQ requires bidders to provide a complete solicitation package, including the SF-1442 form, and specify the total cost of the project, which falls within an estimated range of $25,000 to $100,000. All quotes must incorporate applicable taxes, and bidders must be registered with the System for Award Management (SAM). Key requirements for completion include a ten-day commencement of work and a total project duration of 60 calendar days. The replacement shall adhere to the specifications detailed in the Statement of Work. Contractors need to submit invoices electronically through the Invoice Processing Platform (IPP), providing comprehensive documentation as outlined in the instructions. The project emphasizes compliance with federal labor standards and encourages environmentally preferable purchasing practices. It also delineates specific bonding and insurance requirements based on contract value. Correspondence regarding the project is directed to designated officials, ensuring transparency and structured communication throughout the process.
    The document is a Standard Form 1442, Solicitation, Offer, and Award, for construction, alteration, or repair projects, specifically for the U.S. Coast Guard Station USCG ANT Two Rivers Shower Stall Replacement Project. This Request for Proposal (RFP) outlines the requirements for contractors, including performance periods, bond requirements, and submission instructions. Key details include the project location (USCG Aid to Navigation (ANT) Two Rivers, WI), contact information for inquiries (Timothy G. Arnold for information, James McLaughlin for site visits, and Nathan A. Serefine for bid submissions and questions), and mandatory site visits. All bid submissions must be emailed to Nathan A. Serefine, and all questions must be submitted in writing five working days prior to the offer closing date.
    The document outlines a federal solicitation issued by the U.S. Coast Guard for the replacement of shower stalls at the USCG Aids to Navigation (ANT) station in Two Rivers, Wisconsin. It includes essential details such as the solicitation number, the contractor’s performance timeline, and requirements for submissions. Contractors must submit their sealed bids electronically to the designated contracting specialist and adhere to specified timelines for questions or bid submissions. The document also stipulates the necessity of performance and payment bonds unless indicated otherwise. Site visits are encouraged to facilitate accurate bidding. Overall, this solicitation captures the essential elements for prospective contractors to understand the project's scope and submission requirements, emphasizing compliance with the Federal Acquisition Regulation (FAR) guidelines. The document's structure follows standard solicitation formats, including sections for contractor information, offer acceptance, and submission instructions.
    The United States Coast Guard (USCG) is seeking a qualified contractor for the shower stall replacement project at ANT Two Rivers. The project involves removing and installing a new shower base and door in one berthing room, including patching and painting walls. The contractor must provide all new materials from nationally recognized manufacturers and offer product options for USCG approval. The work must minimize disruption to ongoing USCG operations, and the contractor is responsible for all site preparations, including sub-floor work, and safe disposal of all waste, including hazardous materials, in accordance with regulations. The contractor must provide a 12-month warranty on parts and labor and submit product samples, installation instructions, maintenance materials, waste documentation, and warranties. All contractor personnel must be U.S. citizens or legal residents, in good health, and comply with USCG safety and conduct regulations. The project has a performance period of 60 calendar days, with work generally occurring Monday through Thursday, 7:30 am to 3:00 pm. The USCG will provide utilities, but the contractor must furnish all other materials and equipment. The Onsite Representative, MK1 James McLaughlin, will oversee the project and accept deliverables.
    This document, General Decision Number: WI20250011, outlines prevailing wage rates and fringe benefits for building construction projects in various Wisconsin counties, excluding residential construction of single-family homes and apartments up to four stories. It details wage requirements for contracts subject to the Davis-Bacon Act, including minimum wages mandated by Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended). The document provides specific rates for various trades like Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Ironworkers, Laborers, Plasterers, Plumbers, Sheet Metal Workers, and Truck Drivers, categorized by county and union affiliations. It also includes information on paid sick leave for federal contractors under EO 13706 and the process for appealing wage determinations or requesting additional classifications.
    The document outlines the wage determination for building construction projects in Wisconsin, covering numerous counties and specifying compliance with the Davis-Bacon Act. It mandates adherence to minimum wage rates set by Executive Orders 14026 and 13658 for federally funded contracts. The document lists varying wage rates for different classifications of labor, including skilled trades such as electricians, plumbers, and laborers, as well as specific categories like asbestos workers and bricklayers across the state. The rates vary based on geographic regions, reflecting local labor market conditions. Additionally, it provides an appeals process for wage determination disputes and details on contractor obligations regarding paid sick leave for workers. This document serves as a guideline for contractors and workers involved in federal and state construction projects in Wisconsin, ensuring fair compensation and compliance with labor laws.
    Similar Opportunities
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with an estimated contract value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Sean Waldron at sean.e.waldron@uscg.mil for further information.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    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 entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Pilot Locker Restroom Renovation
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for the renovation of the pilot locker restroom at Base Borinquen in Aguadilla, Puerto Rico. The project aims to upgrade essential facilities, including showers, toilets, sinks, and lighting, while ensuring compliance with local building codes and minimizing disruption to Coast Guard operations. This renovation is crucial for enhancing user experience and aligning restroom facilities with modern standards. Interested contractors are encouraged to attend a site visit scheduled for July 31, 2025, and must submit their quotes by 12 PM on August 8, 2025, to Miguel A. Cruz-Rivera. For further inquiries, contact Hector D. Laguer Garcia or LT Clara Dahill Baue via the provided emails.
    Purchase and Installation of Heavy Duty Ramp
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    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.
    Cornucopia Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the maintenance dredging of the Cornucopia Harbor Federal navigation channel located near Bell, Wisconsin. The project requires the contractor to mobilize to the harbor and perform mechanical dredging within the Inner Harbor South Arm, North Arm, and optional work in the Outer Harbor, with dredged material to be placed in three designated upland sites before demobilization. This maintenance work is crucial for ensuring navigability and safety in the harbor, which supports local maritime activities. Interested contractors, particularly small businesses, should contact Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil for further details regarding the solicitation.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.