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

USCG BASE NEW ORLEANS (FLOORING REPLACEMENT)

DEPARTMENT OF HOMELAND SECURITY 70Z02925QNEWO0186
Response Deadline
Sep 12, 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 vendors to provide flooring replacement services at the USCG Base in New Orleans, Louisiana. The project involves the removal and disposal of existing flooring, surface preparation, and the installation of new vinyl tile flooring, adhering to specified durability and safety standards as outlined in the Statement of Work. This procurement is critical for maintaining the operational integrity and safety of the facility, ensuring compliance with federal regulations and safety codes. Interested small businesses must submit their quotes by email to Daniel Galarza at daniel.galarza@uscg.mil, with the solicitation number 70Z02925QNEWO00000186, and the contract will be awarded based on the lowest price. The due date for quotes is August 18, 2025, with the solicitation issued on September 1, 2025.

Classification Codes

NAICS Code
561210
Facilities Support Services
PSC Code
S214
HOUSEKEEPING- CARPET LAYING/CLEANING

Solicitation Documents

7 Files
Admin Building Flooring_SOW.docx
Word80 KB8/22/2025
AI Summary
The U.S. Coast Guard Base New Orleans is seeking a licensed contractor to replace existing flooring and install new flooring, transition strips, and vinyl cove base in various areas including the main staircase, hallways, multi-purpose room, two gyms, and the Command Suite. The project requires the contractor to furnish all labor, tools, materials, and supervision, adhering to manufacturer specifications and industry standards. The Coast Guard will handle furniture removal. The contractor must comply with strict safety protocols, environmental regulations for waste disposal, and maintain continuity of facility operations by working between 8:00 AM and 4:00 PM, Monday through Friday. Specific materials for demolition and installation include Luxury Vinyl Tile, commercial-grade carpet tiles, Thermoplastic Vulcanizate rubber, and rubber stair treads and risers. The project has a timeline for submittal reviews, material delivery, and a 30-calendar-day completion window after work commences, with a one-year workmanship warranty required.
Commercial Supplies Services Clauses Provisions FAC 2023-01.doc
Word497 KB9/3/2025
AI Summary
This government file outlines instructions, evaluation criteria, and representations/certifications for offerors submitting proposals for commercial products and services. It details requirements for offer submission, including NAICS codes, small business size standards, technical descriptions, pricing, and required certifications. The document specifies procedures for handling late submissions, modifications, and withdrawals of offers. It also covers contract award processes, including the possibility of awards without discussions and multiple awards. Key provisions include definitions for various business classifications (e.g., small, veteran-owned, women-owned, HUBZone), certifications regarding responsibility matters, Buy American Act compliance, and restrictions on contracting with certain entities (e.g., inverted domestic corporations, those with business operations in Sudan or Iran, or those using covered telecommunications equipment). The file emphasizes the importance of accurate representations and certifications, particularly those submitted electronically through the System for Award Management (SAM).
SF-1449.pdf
PDF142 KB9/3/2025
AI Summary
This government solicitation, Standard Form 1449, outlines a requirement for the U.S. Coast Guard Base New Orleans to remove existing flooring and install new commercial-grade flooring systems, transition strips, stair treads, and vinyl cove base. The work includes various areas like the main staircase, hallways, multipurpose room, gyms, medical waiting room, and command suite, as per an attached statement of work. The solicitation provides details on the offer due date (August 18, 2025), solicitation issue date (September 1, 2025), and contact information for inquiries. Payment will be submitted via IPP. This document serves as a comprehensive request for proposals for commercial items, ensuring adherence to federal acquisition regulations for contractors.
2ND FLOOR LIFE SAFETY PLAN A32L02001G103-G103.pdf
PDF425 KB9/3/2025
AI Summary
The document provides detailed square footage measurements for various areas, along with critical exit capacity calculations and safety requirements, likely for a building's fire safety and occupancy planning. It specifies travel and exit distances, stair and door exit capacities based on NFPA and IBC codes for both 53 and 56-inch widths, and required exit capacities (e.g., 24, 148, 147 people). The second floor's occupancy load is stated as 343. Key safety features include 1-hour and 1/2-hour rated partitions, illuminated exit signs, and fire extinguishers, all adhering to code. This data is crucial for ensuring compliance with federal, state, and local safety regulations in building design and operation.
1ST FLOOR LIFE SAFETY PLAN A32L02001G102-G102.pdf
PDF523 KB9/3/2025
AI Summary
The document details various square footage measurements, likely representing different areas within a building, alongside critical safety and occupancy data. It specifies exit capacities for both stairs and doors based on NFPA and IBC codes, providing calculations for people per exit width. Occupant load figures are given for different areas (e.g., 1/15, 1/30, 1/50, 1/100, 1/200, 1/300) and required exit capacities are listed for various zones. The file also references fire safety elements such as 1-hour and 1/2-hour rated partitions, exit distances, illuminated exit signs, and fire extinguisher requirements. This information is crucial for ensuring building safety, compliance with fire codes, and emergency egress planning, especially relevant for government facility planning and safety assessments.
updated Statement of work.pdf
PDF2118 KB9/3/2025
AI Summary
No AI summary available for this file.
WAGE RATE.txt
Text48 KB9/3/2025
AI Summary
This document is a federal wage determination (No. 2015-5189, Revision 31, dated July 8, 2025) issued by the U.S. Department of Labor for service contracts in specific Louisiana parishes. It outlines minimum wage rates for various occupations under the Service Contract Act, incorporating Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates. The determination also details fringe benefits, including health & welfare, vacation, and eleven paid holidays. Special provisions cover paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. It further provides guidance on the conformance process for unlisted job classifications and clarifies exemptions for certain computer employees and pay for air traffic controllers and weather observers.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 22, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 12, 2025
expiryArchive DateSep 27, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE NEW ORLEANS(00029)

Point of Contact

Name
GALARZA, DANIEL

Place of Performance

New Orleans, Louisiana, UNITED STATES

Official Sources