USCG District Eight REPFAC Painting
ID: 70Z02925QNEWO0134Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

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 USCG District Eight REPFAC Painting project located in New Orleans, Louisiana. The procurement involves providing all necessary labor, materials, and equipment for the painting and restoration of various interior and exterior surfaces, including approximately 13,800 square feet of walls, ceilings, and select doors, with an emphasis on ensuring a high-quality finish and compliance with safety protocols. This project is set aside for small businesses under NAICS Code 238320, with a firm-fixed price contract anticipated to be awarded to the lowest bidder, and all quotes must be submitted by 5:00 PM CST on April 25, 2025, to Wesley.K.Hanna@uscg.mil. Interested contractors are encouraged to inspect the site prior to bidding and must comply with federal wage rates and regulations as outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines updates to procurement processes within government contracts, specifically detailing revisions to representational requirements and sustainability protocols. It emphasizes that the System for Award Management (SAM) may contain outdated provisions that should not be used. New clauses effective January 2025 involve Annual Representations and Certifications, Biobased Product Certifications, Waste Reduction Programs, and Sustainable Products and Services. The document addresses small business size standards and the implications for various types of contracts, notably in construction and IT sectors, distinguishing between different business classifications such as HUBZone and service-disabled veteran-owned. It mandates compliance with environmental regulations, including those focusing on biobased products and waste management, to promote sustainability in federal acquisitions. The Contractor is required to report biobased product purchases and establish waste reduction programs compliant with federal and state guidelines. Overall, the document underscores the federal commitment to sustainable procurement practices while ensuring small businesses are fully engaged in the process.
    The government document outlines a federal request for proposals (RFP) intended to solicit bids for a federally funded project aimed at improving community infrastructure in various underserved urban areas. The RFP emphasizes the need for comprehensive service providers to implement strategies that enhance local transportation, public safety, and recreational facilities. Key objectives include fostering community engagement, ensuring equitable access, and promoting sustainable development practices. The document details eligibility requirements for prospective bidders, outlining the need for demonstrated experience in community development and an understanding of federal grant regulations. Evaluation criteria include the technical approach, budgetary plan, and the capacity to collaborate effectively with local governments and stakeholders. Furthermore, the timeline for submissions and subsequent project milestones are delineated, providing a structured approach for applicants to follow. The RFP is a critical tool for securing qualified partners to achieve the overall goal of revitalizing urban infrastructure, while also addressing socio-economic disparities within the targeted communities. This initiative represents a significant investment in local partnerships aimed at enhancing overall quality of life through strategic infrastructure improvements.
    The document outlines a federal solicitation (70Z02925QNEWO134) for construction work at the USCG Base in New Orleans, LA. It requires a contractor to provide labor, materials, and equipment to carry out specified work on the property located at 5830 Memphis St. The project involves renovations to interior and exterior elements, including walls, doors, and stairways, adhering to relevant regulations. It is set aside for small businesses under NAICS Code 238320, with a construction cost estimated below $35,000. The government will issue a Firm-Fixed Price contract, and evaluation will focus on the lowest bid meeting the solicitation requirements. It is mandatory for the contractor to deliver performance bonds and comply with Federal Acquisition Regulation clauses and labor wage rates. Offers must be submitted within a defined timeframe in sealed envelopes. The successful offeror will execute the project in strict accordance with the terms outlined in the solicitation. The overview emphasizes the government's intent to promote competitive contracting while ensuring compliance with regulations and standards for construction projects.
    The U.S. Coast Guard is soliciting contractors for interior and exterior painting services at the District 8 REPFAC in New Orleans, LA, for fiscal year 2025. The contract requires the provision of all necessary labor, materials, and equipment to paint approximately 13,800 square feet of interior walls, ceilings, and doors, as well as the front porch and select exterior doors. Specific tasks include prepping and applying premium latex and oil-based paints, ensuring a uniform finish without imperfections, and managing waste removal. Contractors must have relevant experience and state licensing for residential painting, and work must be scheduled to minimize neighborhood disruptions. The solicitation emphasizes compliance with performance standards and safety protocols, allowing for inspections to ensure adherence to specifications. Contractors are encouraged to arrange site visits for evaluation prior to bidding. This RFP reflects the government's commitment to maintaining its facilities while adhering to regulations and safety procedures.
    The document outlines the General Decision Number LA20250001 regarding prevailing wage rates for residential construction projects in Louisiana for 2025. It details wage and fringe benefits for various trades, emphasizing compliance with the Davis-Bacon Act and relevant Executive Orders, specifically Executive Orders 14026 and 13658, which establish minimum wage requirements for federal contracts. For contracts enacted after January 30, 2022, workers must be paid a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour. The document includes specific wage rates for electricians, plumbers, sheet metal workers, and laborers across various parishes, highlighting the importance of adhering to these prescribed rates. It also discusses the procedures for appealing wage determinations and stresses that applicable classifications must be requested for work types not explicitly listed. This initiative reflects the government's commitment to fair labor standards and worker protections in public works projects, ensuring equitable compensation within the construction sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    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 involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCG IPF New Orleans Reclaim System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of a 8400-319 NORTON 30CF Reclaim System to be delivered to its Industrial Production Facility in New Orleans, Louisiana. The contractor is required to provide all necessary materials for this industrial equipment, which is essential for abrasive media reclamation, ensuring compliance with industry standards and specifications. The contract will be awarded based on the lowest price for a Firm-Fixed Price Supply Contract, with a delivery timeline of 30 days after receipt of order. Interested vendors must submit their quotes by January 9, 2026, and direct any questions to the primary contact, Joseph Loporto, at Joseph.loporto@uscg.mil or 504-253-4773.
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.