Bathroom Renovations for USCG STATION SANTA BARBARA RESIDENCIES

SOL #: 31100PR260000015Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE LOS ANGELES/LONG BEACH(00037)
SAN PEDRO, CA, 90731, United States

Place of Performance

Santa Barbara, CA

NAICS

Residential Remodelers (236118)

PSC

Maintenance Of Family Housing Facilities (Z1FA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Jan 23, 2026
3
Submission Deadline
Jan 13, 2025, 4:59 AM

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 US Coast Guard (Department of Homeland Security) is soliciting proposals for Bathroom Renovations at USCG STATION SANTA BARBARA RESIDENCIES, CA. This Total Small Business Set-Aside opportunity involves the corrective removal and replacement of six failing bathtub and shower pan assemblies. Proposals are due January 29, 2026.

Project Overview

The project's objective is to address progressive cracking in existing bathtubs and shower bases within Santa Barbara Coast Guard housing units due to inadequate structural support. The contractor will eliminate these deficiencies by replacing six failing tub and shower pan assemblies with standardized, durable units. This includes:

  • Removal and replacement of six (6) existing bathtub and shower pan assemblies.
  • Standardization of all replacement tub/pan models, surround materials, waterproofing systems, hardware, and installation methodologies across all units.
  • Demolition of existing fixtures, surrounds, tile, backer board, and compromised materials.
  • Inspection and repair of subflooring, structural elements, wall assemblies, and plumbing as needed.
  • Installation of new, standardized tub/shower units in accordance with manufacturer specifications and building codes.
  • Finishes and restoration to match existing conditions, ensuring units are ready for immediate use.

Detailed specifications for items such as client-supplied vanities, vanity lights, medicine cabinets, toilets, Neo Angle Shower Bases, Tubs, Shower Systems, and various shower trims are provided, along with requirements for drywall repair, plumbing, and delivery.

Key Requirements

The Contractor shall provide all labor, materials, equipment, supervision, and incidentals. Work must comply with current building codes, manufacturer installation requirements, industry best practices, and project standardization requirements. All six replacements must utilize the same approved tub/pan model, surround materials, waterproofing system, hardware, and installation methodology unless otherwise directed. Performance standards include uniform leak tests and verification of alignment, support, and finish standards.

Site Visit & Coordination

An Industry Open House Site Visit is scheduled for January 6th at 0900. Specific site visit questions should be directed to POCs Rachel Hanson (rachel.n.hanson@uscg.mil) or Mr. Ruijin Garcia (ruijin.g.garcia@uscg.mil). Work hours are 7:30 AM - 3:30 PM, Monday through Friday (Federal Holidays excluded), unless approved otherwise. A site visit is required prior to work commencement.

Evaluation Factors

Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors. The following factors will be used to evaluate offers:

  • Technical capability
  • Past performance
  • Price

Technical capability and past performance, when combined, are more important than price alone.

Contract Details

  • Contract Opportunity Type: Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1FA (Maintenance Of Family Housing Facilities)
  • Place of Performance: US Coast Guard Santa Barbara Housing, 1801, 1805, 1806, 1808, 1809, 1817 Lighthouse Place, Santa Barbara, CA 93109, United States.
  • Response Date: January 29, 2026, 04:59 AM UTC
  • Published Date: January 23, 2026, 04:37 PM UTC

Special Conditions

Contractor personnel require security clearance and must provide a list of all on-site personnel 5 days prior to work. All personnel must have photo identification; proof of US citizenship or legal right to work may be required. An Accident Prevention/Safety Plan must be submitted. Products must meet Buy American and Buy America Acts requirements. Deliverables include a standardized materials submittal, work schedule, daily progress logs, final inspection and testing records, and warranty documentation. Bids must include a breakdown of costs for labor and materials. Bids may be submitted on DHS MARKETPLACE or sent directly to the primary POC.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 30, 2025
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Dec 29, 2025
Version 2
Combined Synopsis/Solicitation
Posted: Dec 29, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 16, 2025
View