ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

70Z030QCLEV0093 - USCG AIR STATION TRAVERSE CITY FIRE PROTECTION INSPECTION CONTRACT

DEPARTMENT OF HOMELAND SECURITY 70Z030QCLEV0093
Response Deadline
Sep 10, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Fire Protection Inspection Contract at the U.S. Coast Guard Air Station Traverse City in Michigan. The procurement involves providing all necessary labor, materials, equipment, and supervision for the inspection and maintenance of fire protection systems, including portable fire extinguishers and fire alarm systems, as outlined in the Statement of Work. This contract is crucial for ensuring the safety and compliance of fire protection measures at the facility, with an estimated value between $100,000 and $250,000. Interested small businesses must submit their offers by September 10, 2025, and can contact Jonathan Barrett at jonathan.c.barrett@uscg.mil for further information.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
4210
FIRE FIGHTING EQUIPMENT

Solicitation Documents

7 Files
RFQ for Services Template (Revised March 2025).docx
Word6486 KBSep 8, 2025
AI Summary
This Request for Quote (RFQ) outlines the requirements for Fire Protection System Inspections at USCG AIR STATION TRAVERSE CITY. Bidders must submit a complete solicitation package, including the SF-1449 and Sections B-M, along with a reference sheet via email. Quotes must include taxes and provide Unique Entity Identification (UEI), Taxpayer I.D., and CAGE codes. The estimated procurement range is $100K to $250K. Key sections detail inspection and acceptance criteria (FAR 52.246-4, 52.246-15), delivery and performance variations (FAR 52.211-16), and contract administration, including mandatory electronic invoicing via the Invoice Processing Platform (IPP) and SAM registration (FAR 52.232-33). Required insurance includes Worker's Compensation and General Liability. Special contract requirements cover price breakdowns for modifications, Earned Value Management System (EVMS) compliance (FAR 52.234-4), and licenses for hazardous substance removal (HSAR 3052.223-70). Numerous FAR and HSAR clauses are incorporated by reference, covering diverse areas such as contractor ethics, security requirements for IT resources (3052.204-70), contractor employee access to sensitive information (3052.204-71), organizational conflicts of interest (3052.209-72), and specific USCG clauses regarding liability, guarantees, and domestic commodity use.
SF 1449.pdf
PDF798 KBSep 8, 2025
AI Summary
The "WOMEN-OWNED SMALL BUSINESS (WOSB) SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES" document is a standard federal government solicitation form (SF 1449) used for procuring commercial products and services, specifically targeting Women-Owned Small Businesses. This particular solicitation, number 70Z03025QCLEV0093, issued by the U.S. Coast Guard Base Cleveland, is for Fire Protection System Inspections in accordance with a Statement of Work. The contract includes a base year and four option years, running until December 2029. It outlines details for offers, invoicing through IPP.GOV, delivery, and administration, specifying the U.S. Coast Guard Finance Center for payments and Jonathan C. Barrett as the contact for solicitation information. The form also covers various set-aside categories, including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and others, and details the terms for contractor agreement and government acceptance of offers.
USCG Air Station Traverse City Base Fire Protection Systems_Scope of Work.pdf
PDF250 KBSep 8, 2025
AI Summary
The Department of Homeland Security, United States Coast Guard Air Station Traverse City, is seeking a vendor for routine maintenance and inspection of its fire protection and monitoring systems. This Request for Proposal (RFP) outlines a contract from award date to December 31, 2025, with four optional one-year extensions through December 31, 2029. The scope of work includes annual and semi-annual inspections and maintenance of 82 portable fire extinguishers, one main fire alarm panel and five sub-panels, a galley range hood system, and a paint booth fire suppression system. The contractor must provide all labor, materials, equipment, and supervision, adhering to federal, state, and local regulations. The contract also stipulates that the vendor is responsible for repairs up to $5,000, with any costs exceeding this amount requiring separate approval. Work hours are Monday through Friday, 8:00 AM to 4:00 PM, excluding federal holidays. The vendor must comply with military regulations, ensure proper cleanup, and provide liability insurance. Contacts for the project include DCC Taylor Philpott, DC2 Mils Lamb, SK1 Jonathan Berrett, and LT Steven Durfee.
Service Contract Act WD 2015-5955.pdf
PDF4559 KBSep 8, 2025
AI Summary
No AI summary available for this file.
70Z03025QCLEV0093A00001_SF30.pdf
PDF224 KBSep 8, 2025
AI Summary
This government document is an amendment to a solicitation or a modification of a contract, identified by Standard Form 30 (SF 30). Its primary purpose is to outline the procedures for acknowledging receipt of such amendments and for making changes to offers already submitted. It also provides detailed instructions for completing various items on the SF 30 form, including contract identification, effective dates, issuing and administering offices, contractor details, and accounting data. The document specifies that offers must acknowledge amendments before the deadline, and failure to do so may result in rejection. Key changes, such as the extension of the offer due date from August 28, 2025, to September 10, 2025, are highlighted. The form also covers different types of contract modifications, including change orders, administrative changes, and supplemental agreements, and details how to describe these changes within Item 14. The contracting officer's signature is not always required on solicitation amendments, but usually on supplemental agreements.
REQUEST FOR INFORMATION.pdf
PDF461 KBSep 8, 2025
AI Summary
The document outlines a standard Request for Information (RFI) form used by USCG Base Cleveland for federal government solicitations, likely pertaining to RFPs or grants. This form facilitates communication between requestors (e.g., potential contractors) and the contracting office regarding specific solicitations. It includes sections for the requestor to detail their inquiry, citing solicitation numbers, project locations, and specific information needed, along with space for attachments and a required response date. The contracting office response section allows for clarification or proposed changes to the solicitation, with an explicit note on whether the information provided changes the terms and conditions or if an amendment will be issued. The form emphasizes that clarifications do not alter existing terms, while proposed changes necessitate an official amendment.
REFERENCE INFORMATION.pdf
PDF391 KBSep 8, 2025
AI Summary
The provided document, titled "BASE CLEVELAND REFERENCE INFORMATION FORM (Rev. 7-24)", is a standard reference information form likely used in the context of government RFPs, federal grants, or state/local RFPs. Its purpose is to gather essential company and project-related information from potential contractors or grantees. The form requires details such as company name, address, telephone, facsimile, and work hours. Key sections include providing references for similar work, a list of experience, disclosure of any job terminations with reasons, and anticipated difficulties in completing the job on time. It also asks for the percentage of work to be subcontracted and confirmation of adherence to the Davis Bacon Wage Act for prevailing wages. A significant portion of the form is dedicated to listing three detailed references, requiring company name, contact person, address, telephone number, and project description for each. This structured format ensures that government entities can thoroughly vet applicants based on their experience, reliability, and compliance with federal labor laws.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 18, 2025
amendedLatest Amendment· Description UpdatedSep 8, 2025
deadlineResponse DeadlineSep 10, 2025
expiryArchive DateSep 25, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE CLEVELAND(00030)

Point of Contact

Name
JONATHAN BARRETT

Place of Performance

Traverse City, Michigan, UNITED STATES

Official Sources