Scaffold rental and assembly
ID: 70Z03325QBASEA017Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

INSTALLATION OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (N054)

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 scaffold rental and assembly services at the USCG Sector Columbia River in Portland, Oregon. The contractor will be responsible for erecting and dismantling two ring lock scaffolds, providing all necessary personnel, equipment, and services while ensuring compliance with safety standards and government regulations, including OSHA. This procurement is crucial for maintaining operational efficiency and safety during construction activities at the facility. Proposals are due by 10 AM EST on February 3, 2024, and interested parties should submit their quotes via email to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325QBASEA017.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive compilation of provisions and clauses applicable to federal acquisitions, primarily focusing on contracts under government RFPs, grants, and local solicitations. It lists various clauses categorized as either "Prescribed" (P) or "Commercial" (C), alongside their effective dates and relevant regulatory citations. Key areas covered include protections against whistleblower retaliation, security requirements, unique entity identifiers, conflict-of-interest regulations, small business considerations, and labor standards. The provisions also encompass compliance on environmental matters, tax implications, reporting of executive compensation, and the safeguarding of contractor information systems. Additionally, clauses pertaining to bid guarantees, contract termination rights, and contractor responsibilities are included. By clearly presenting these clauses, the document serves as a vital reference for ensuring compliance and understanding obligations for agencies and contractors involved in federal procurement processes. Overall, it underscores the structured legal framework governing various federal contracts and the importance of adherence to regulations for efficient government operations.
    The document outlines a series of federal acquisition clauses primarily governing contracts related to telecommunications and various services. It includes clauses that enforce specific prohibitions, such as contracting with entities tied to Kaspersky Lab, certain telecommunications equipment, and unmanned aircraft systems associated with foreign entities. Key provisions also address compliance issues including the Ban on Text Messaging While Driving, Combating Trafficking in Persons, and the Federal Acquisition Supply Chain Security Act. Several clauses stipulate representations and certifications required from contractors concerning their operational mandates. Important stipulations involve payment processes and contractor policies geared towards promoting ethical conduct in business operations. The document serves as a vital regulatory framework for government contracts, ensuring accountability, security, and adherence to national standards and restrictions while also advocating for fair and ethical treatment of subcontractors, particularly small businesses.
    The Performance Work Statement (PWS) outlines the scope of work for a contractor tasked with erecting and dismantling two ring lock scaffolds at the USCG Sector Columbia River in Portland, OR. The contractor is responsible for providing personnel, equipment, and all necessary services for the task, ensuring compliance with safety standards and government regulations, including OSHA. A dedicated contract manager must be appointed, fluent in English, and capable of handling daily operational matters. Security measures are emphasized, requiring valid identification for contractor personnel at all times. Work is scheduled Monday through Friday from 8:00 AM to 3:00 PM, with any changes requiring prior written approval. Proper invoicing procedures are mandated through the Invoice Processing Platform (IPP) set up by the U.S. Department of the Treasury. The contractor must also manage any interferences and confine operations to approved areas, ensuring liability protection for the government. Additionally, compliance with applicable safety regulations and maintaining a neat appearance for contractors are highlighted. The statement concludes with references to applicable safety standards, emphasizing the importance of safety in the execution of the contract work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    USCGC Stone Manlift rental
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the rental of a 125-foot articulating boom lift to support preservation and maintenance efforts for the USCGC Stone in Charleston, South Carolina. The rental period is scheduled from January 5, 2026, to March 21, 2026, with the lift to be delivered to and picked up from the vessel's location at 1050 Register Street, North Charleston, SC 28405. This equipment is crucial for ensuring the ongoing maintenance and operational readiness of the vessel. Interested vendors should note that they are responsible for refilling the lift's fuel tank upon completion of the rental and can contact LT Jack Duffy at Jack.F.Duffy@uscg.mil or (206) 827-3695 for further details.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Coated Steel Pipe Piles
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of coated steel pipe piles under solicitation number 70Z08426QWOPL0004. The contract aims to establish a three-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement for the supply and delivery of 12" and 18" diameter coated steel pipe piles to various Coast Guard facilities across the United States. These materials are critical for infrastructure projects and maintenance operations within the Coast Guard, ensuring the durability and reliability of their installations. Interested vendors must submit their quotes electronically by 3:00 PM Eastern on December 17, 2025, to the primary contact, James C. Kanash, at James.C.Kanash@uscg.mil, and should refer to the attached documents for detailed specifications and requirements.
    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.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project involves removing and replacing a 9FT x 48FT flat roof section, installing flashing and sealant, and disposing of old roofing materials, with a performance period of 45 calendar days. This procurement, estimated to be under $25,000, emphasizes compliance with federal, state, and local regulations, including safety and environmental standards. Interested contractors should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, and are encouraged to schedule site visits with MKC Gavin Kozak at (915) 238-8287 to develop accurate quotes.
    USCGC MARCUS HANNA DOCKSIDE REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC Marcus Hanna (WLM-554), a 175-foot Keeper Class Coastal Buoy Tender, located in South Portland, Maine. The procurement involves various repair tasks, including fire prevention requirements, inspections and servicing of hydraulic systems, cleaning of vent ducts, and preservation of decks, among others, with an anticipated performance period from May 25, 2026, to August 3, 2026. This opportunity is critical for maintaining the operational readiness and safety of the vessel, which plays a vital role in maritime operations. Interested parties must respond to the Sources Sought Notice by December 8, 2025, at 4:00 PM EST, providing their business size status and relevant documentation to Mr. Jerrod Gonzales and Mr. Iran Walker via email.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    Base Elizabeth City CG Day Tent Rental
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.