REPAIR INTERIOR FINISHES DAWSON HALL
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), under the Department of Homeland Security, is soliciting proposals for interior finish repairs and kitchen renovations at Dawson Hall located at the USCG C5I Service Center in Alexandria, VA. This procurement is a Total Small Business Set-Aside and anticipates a Firm-Fixed Price (FFP) contract. Quotes are due by NOON Eastern Time on June 4, 2026.
Scope of Work
The contractor shall provide all labor, supervision, equipment, and material for the specified renovations. The Base Bid includes comprehensive kitchenette renovations (demolition, new cabinetry, sinks, millwork, seating, tables, drywall, LVT flooring, and cove base) and flooring upgrades (replacing existing brick and tile with LVT on the first floor, and existing carpeting with new carpet on second-deck corridors).
Option items include:
- Renovation of 12 bathrooms across the 2nd Deck (Corridors 233 and 234) and 1st Deck (Corridor 147), involving new light fixtures, countertops with integrated sinks, medicine cabinets, towel bars, and painting.
- Replacement of carpet and cove base in Room 108 and Corridor 147 on the First Floor.
Work will be performed at an occupied facility, requiring careful project phasing to minimize operational interference. Normal work hours are 7:00 a.m. to 4:30 p.m., Monday through Friday.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Performance Period: Work to commence 10 calendar days after Notice to Proceed and be completed within 120 calendar days after award.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 million size standard.
- Product Service Code: Z1JZ (Maintenance Of Miscellaneous Buildings).
- Bonds: Performance, Payment, and Bid Bonds (SF24, SF25, SF25A) are required.
- Wage Requirements: Compliance with Davis-Bacon Act prevailing wage rates is mandatory.
Submission & Evaluation
- Quotes Due: NOON Eastern Time on June 4, 2026.
- Submission Method: Email to frank.r.burton@uscg.mil.
- Required Documents: Completed SF1442 (blocks 14-20c) and pricing information. A Bid Guarantee (SF24) is also required.
- Questions Due: In writing to the Contracting Officer by May 29, 2026.
- Evaluation Criteria: Per FAR 52.212-2, award will be based on Technical Capability and Price, with an emphasis on the Lowest Price Technically Acceptable (LPTA) quote. Offers must remain firm for 60 calendar days.
- SAM Registration: Active SAM.gov registration is required for offer submission and award.
Key Dates & Actions
- Site Visit: A strongly encouraged site visit will be held on May 27, 2026, at 1300 Eastern Time at USCG Dawson Hall, 17323 Telegraph Road, Alexandria, VA 22315.
- Site Visit Arrangement: Interested parties must arrange visits with LCDR Jordan Bogden (Jordan.C.Bogden@uscg.mil) and submit a copy of their valid Driver's License (full name, DOB, DL number) by 1400 on May 26, 2026.