Sewage Performance Maintenance Services USCG Sta. Tybee
ID: 70Z036-25-Q-0028Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CHARLESTONN CHARLESTON, SC, 29405, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSPECTION- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H346)

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 to provide sewage performance maintenance services at the U.S. Coast Guard Station Tybee in Savannah, Georgia. The procurement involves a firm-fixed price contract for preventive maintenance and corrective repair services for sewage systems, covering a period from April 1, 2025, to March 31, 2030, with a total small business set-aside. This critical service ensures compliance with industry standards and government regulations, thereby supporting the operational readiness of the facility. Interested parties must submit their quotes by February 21, 2025, and can contact Evan Estep at Evan.C.Estep@uscg.mil or Adam Hitchcox at Adam.S.Hitchcox@uscg.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for sewage equipment maintenance at the United States Coast Guard Station Tybee in Savannah, GA. The contractor is responsible for providing all necessary personnel, management, materials, tools, and services, while the government will not provide resources aside from utilities. The scope includes preventive maintenance services to ensure compliance with industry standards and government regulations. Key performance tasks involve routine preventative maintenance, quick-response service calls, and documentation of maintenance activities through monthly reports. The contractor must maintain a Quality Control Program to monitor service delivery and ensure adherence to performance expectations. Security protocols, including employee identification and access management, are crucial throughout the contract. The contract spans a base year with four option years and includes specific report requirements, safety measures, and incident reporting guidelines. This document serves as a comprehensive guide for prospective bidders to understand their obligations under the contract and ensures that all equipment is adequately maintained to prevent operational interruptions at the facility.
    The document outlines a Request for Quote (RFQ) for preventive maintenance services for sewage systems at the U.S. Coast Guard Station Tybee, covering a period from April 1, 2025, to March 31, 2030. The solicitation (70Z036-25-Q-0028) was issued by the U.S. Department of Homeland Security, targeting both small businesses and those eligible under specific programs like Women-Owned and Service-Disabled Veteran-Owned Small Business. The submission deadline for offers is set for February 21, 2025. The RFQ includes a detailed list of required services and materials, specifying a firm-fixed price quote for monthly maintenance as well as corrective repair works. Evaluation will consider both technical capability and pricing, with a focus on fairness in pricing and adherence to requirements outlined in the Statement of Work. Additionally, the document provides instructions for quote submissions and payment processing through the Invoice Processing Platform. It stresses compliance with labor standards and applicable federal clauses. Overall, the document serves to solicit bids for a critical service, ensuring both technical proficiency and competitive pricing in support of the U.S. Coast Guard's operational needs.
    The document outlines the Wage Determination No. 2015-4491, updated by the U.S. Department of Labor's Wage and Hour Division, detailing labor wage requirements under the Service Contract Act for various occupations in Georgia, specifically Bryan, Chatham, and Effingham counties. It stipulates that federal contracts must adhere to minimum wage rates set by Executive Orders 14026 and 13658, with specific hourly rates depending on the contract's start date. Workers are entitled to fringe benefits, including health and welfare, paid sick leave, vacation, and holiday pay. The detailed occupation listings include corresponding pay rates, with a note that workers may qualify for higher minimum wage rates if certain conditions apply. The document emphasizes compliance obligations for contractors, such as the conformance process for newly classified job titles and uniform allowances. Overall, this wage determination ensures fair compensation and benefits for workers engaged in government contracts, making it a critical reference for federal, state, and local procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sector Northern New England Trash Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide solid waste removal services for its locations in Portland and South Portland, Maine, for the period from April 1, 2025, to March 31, 2026. The contractor will be responsible for supplying various waste containers, including a 30-yard roll-off for construction waste and multiple 8-yard containers for solid waste, adhering to specified pickup schedules and security protocols for facility access. This procurement is crucial for maintaining cleanliness and compliance with environmental regulations at Coast Guard facilities. Interested contractors must submit their quotes via email by March 13, 2025, detailing costs for container rates and haul-away, with the evaluation focusing on price to award a firm-fixed price contract. For further inquiries, contact Douglas Cullins at douglas.cullins@uscg.mil or Andrew Dean at Andrew.P.Dean@uscg.mil.
    Replace bathroom and galley pipes at STA Provincetown
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to replace damaged bathroom and galley pipes at the Station Provincetown in Massachusetts. The project involves removing cracked cast iron sewer pipes and installing heavy-duty PVC pipes, while also addressing any water damage and ensuring all plumbing connections are operational, all without disrupting the station's ongoing operations. This procurement is crucial for maintaining the functionality and safety of government facilities, and contractors are encouraged to inspect the site prior to bidding. Interested parties should contact Steve Mensen at STEVEN.L.MENSEN@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details, with a project completion timeframe of 30 days and adherence to wage requirements under the Davis-Bacon Act.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system aboard the USCGC BERTHOLF (WMSL 750). The maintenance work is scheduled to take place from April 7 to April 18, 2025, and includes essential tasks such as inspections, hydraulic analysis, and operational tests to ensure the safety and operational readiness of the equipment. This procurement is critical for maintaining the functionality of Coast Guard systems and adheres to strict regulatory standards. Proposals are due by March 14, 2025, and interested vendors should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.
    BUILD, INSTALL, TEST SHAFT SEALS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to build, install, and test propulsion shaft seals for the Coast Guard Cutter Harold Miller at the USCG Yard in Baltimore, Maryland. The project requires contractors to perform tasks such as cleaning and inspecting existing components, renewing expendable parts, and ensuring compliance with safety and environmental regulations, with work scheduled to commence around May 14, 2025. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with quality management standards. Interested small businesses must submit their proposals by March 19, 2025, to the designated contact, SK2 Tyrone Johnson, at TYRONE.W.JOHNSON@USCG.MIL, with a firm fixed-price purchase order awarded to the lowest priced technically acceptable vendor.
    Oily Water Separator (OWS) System, Inspect and Groom on USCGC BERTHOLF (WMSL 750)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the inspection and grooming of the Oily Water Separator (OWS) system on the USCGC Bertholf (WMSL 750) located in Alameda, California. The procurement is designated as a Total Small Business Set-Aside, requiring contractors to demonstrate technical capability through examples of similar prior contracts and to adhere to strict environmental compliance standards during the maintenance process. This opportunity is critical for ensuring operational integrity and environmental protection on Coast Guard vessels, with proposals due by March 14, 2025, and performance expected between April 14 and May 9, 2025. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    HVAC Water Treatment Program for USCG Base Charleston
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to provide HVAC water treatment services at Base Charleston, South Carolina, under solicitation number 70Z036-25-Q-0043. The contractor will be responsible for analyzing water quality, supplying necessary chemicals, and conducting regular testing every six months to ensure the optimal performance of the HVAC systems. This procurement is vital for maintaining the operational integrity of the facility's HVAC systems, which are essential for the barracks and industrial buildings. Interested bidders must submit their firm fixed-price quotes by 5:00 PM EST on March 20, 2025, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at 571-608-4730.
    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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    Regional Dive Locker East (RDLE) Gold Trailer repair from hurricane damage
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform comprehensive repairs on the Regional Dive Locker East (RDLE) Gold Trailer, which sustained damage from a hurricane. The procurement involves replacing various trailer components, including axle drums, brakes, battery cables, and the tongue jack, as well as addressing the lighting and electrical systems to restore the trailer's functionality and ensure it meets operational standards. This repair work is crucial for maintaining the operational infrastructure of the Coast Guard and will be performed within 25 miles of Portsmouth, Virginia. Interested firms must respond with their qualifications and company information to Jesse Lessmann at Jesse.Lessmann@uscg.mil by 4:00 p.m. on March 14, 2025, as part of the market research process prior to the solicitation release.