70Z03026QCLEV0044 - USCG STA STURGEON BAY SLIDING DOOR REPLACEMENT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG) Base Cleveland is soliciting quotes for the replacement and modernization of sliding doors at USCG Station Sturgeon Bay, WI. This is a Total Small Business Set-Aside procurement. The project involves providing all necessary labor, material, equipment, transportation, and supervision. The estimated value of this procurement is under $25,000. Offers are due by April 29, 2026.
Scope of Work
The contractor will be responsible for the comprehensive replacement of sliding glass doors at multiple USCG housing units in Sturgeon Bay, WI (specifically 221 N 17th Drive, 110 N 16th Drive, and 213 N 16th Place). Key tasks include:
- Removal and disposal of existing sliding glass doors, hardware, trim, and molding.
- Inspection of door frames for damage and minor repairs.
- Installation of new, energy-efficient, double-paned sliding glass doors with all associated hardware, tracks, weather stripping, and locking mechanisms.
- Ensuring proper alignment, sealing, and aesthetic matching of new trim/molding.
- Testing door operation for smoothness and security. All work must comply with Federal, State, and Local Laws, Codes, and Regulations, including safety and energy efficiency standards. Materials must meet or exceed local building codes and USCG standards.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Small Business Size Standard of $19.0M.
- Estimated Value: Under $25,000.
- Period of Performance: Work to begin no later than 10 days after contract award, with completion required within 30 calendar days after receipt of a Notice to Proceed.
- Bonds: Performance and Payment Bonds are not required for this procurement.
- Wage Determination: Bidders must adhere to the U.S. Department of Labor Wage Determination (No. 2015-4919, Revision No. 31) for prevailing wage rates and fringe benefits in the specified Wisconsin counties.
Submission & Evaluation
- Offer Submission: Offers, including a complete SF-1442 and Sections B-M, must be submitted via email to Darrin.Chetakian@USCG.MIL.
- Due Date: April 29, 2026, 04:00 AM UTC.
- Required Documents: Bidders must return one complete copy of the entire solicitation package (SF-1442, Sections B-M, and Reference Sheet). The Reference Information Form must be completed with company information, experience, past performance, and three references.
- Evaluation Criteria: Award will be made to the lowest-priced, responsive, and responsible Offeror demonstrating satisfactory performance on similar work within the past three years.
- Site Visit: A site visit is highly encouraged and recommended for accurate bid development. Contact DC2 Michael Curtis at (920) 510-3602 or Michael.C.Curtis@uscg.mil for scheduling. A site visit is required prior to commencing work.
- Questions: All questions must be submitted on the Request for Information (RFI) form to Darrin.Chetakian@USCG.MIL no later than 3 working days prior to the quote closing.
Additional Notes
Bidders must provide their UEI, Tax ID Number, and CAGE Code. All correspondence and submittals must be marked with the solicitation number 70Z03026QCLEV0044. Invoices must be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. Required insurance includes Worker's Compensation, Employer's Liability, General Liability, and Automobile Liability.