Pilot Locker Restroom Renovation
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 Department of Homeland Security, U.S. Coast Guard (USCG), specifically the LOG-9 office, is soliciting proposals for the Pilot Locker Restroom Renovation at U.S.C.G. Base Borinquen, Aguadilla, Puerto Rico. This project aims to comprehensively upgrade the existing pilot locker restroom facilities to modern standards, enhancing usability and ensuring compliance. A highly encouraged site visit is scheduled for Thursday, July 31, 2025, at 10:30 AM. Quotes are due by 12:00 PM on August 8, 2025.
Scope of Work
The renovation encompasses showers, stalls, toilets, sinks, mirrors, lighting, wall tiles, floor tiles, ceiling tiles, and painting. New installations will include toilet paper dispensers, hand towel dispensers, shower heads, valves, and sink hardware. Detailed activities involve site assessment, preparation, demolition, removal of existing fixtures, plumbing and electrical work, installation of new fixtures and accessories, tile work, painting, final inspection, cleanup, and documentation.
Contract & Timeline
- Opportunity Type: Solicitation
- Agency: Department of Homeland Security, U.S. Coast Guard (LOG-9)
- Product Service Code: Z1AA (Maintenance Of Office Buildings)
- Place of Performance: U.S.C.G. Base Borinquen, 260 Guard Road, Aguadilla, Puerto Rico 00603
- Published Date: July 28, 2025
- Site Visit: Thursday, July 31, 2025, 10:30 AM (highly encouraged)
- Quotes Due: August 8, 2025, 12:00 PM (Atlantic Standard Time)
- Period of Performance: Commencement within 5 days after Notice to Proceed (NTP), with completion within 5 days after commencement (total 5 days).
Performance Standards & Requirements
All work must comply with local building codes, plumbing codes, and safety regulations. The contractor is required to prepare and submit a Job Safety Analysis (JSA) and provide Safety Data Sheets (SDS) for all hazardous materials. Protection of existing property and restoration of any damage caused by operations are mandatory. A warranty for defective materials or workmanship is also required.
Special Instructions
Prospective bidders are strongly encouraged to attend the site visit; arrangements must be made with LT Clara E. Dahill at least three days prior. For base access, bidders must have a copy of the SOW, a valid driver's license, vehicle registration, and no firearms. Contractor personnel will need security passes and proper identification. Electricity and potable water will be provided free of charge, but the contractor is responsible for connection costs and temporary toilet facilities. Quotes must include a detailed breakdown of labor, equipment, and materials. A schedule of activities and an activity vision plan are required before project start. All work must be coordinated with USCG Facilities Engineering (COR Mr. Hector Laguer, LT Clara E. Dahill-Baue), Local Housing Officer, and Environmental staff, with a 3-working-day advance notification for work.