Repair Spalling Concrete Supply Building
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, Base Honolulu, is soliciting proposals for Repair Spalling Concrete at Supply Building 1669, Air Station Barbers Point, Kapolei, Hawaii. This Total Small Business Set-Aside opportunity seeks a contractor to address spalling concrete, masonry, and exposed steel deterioration. The contract will be awarded on a Best Value basis, considering cost and past performance. Quotes are due by 12:00 PM HST on March 5, 2026.
Scope of Work
The project involves comprehensive repairs to Supply Building 1669, including:
- Repairing spalling cracks in masonry walls and concrete columns.
- Cleaning and repainting exposed steel, embed, and bearing plates.
- Addressing water damage on both interior and exterior surfaces.
- Replacing rubber membrane seals where removed.
- Ensuring all repairs match the existing building appearance to maintain historical integrity.
- Verifying existing conditions, dimensions, and quantities during a site visit.
- Securing the work area with barriers and signage, and disposing of debris environmentally.
- Providing a minimum one-year warranty for labor and materials.
Contract & Timeline
- Type: Fixed-Price Contract (Combined Synopsis/Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238110 - Poured Concrete Foundation and Structure Contractors
- Response Due: March 5, 2026, by 12:00 PM HST
- Anticipated Award: 10 business days after solicitation close
- Performance Period: On-site work limited to 45 calendar days, commencing NLT 10 days after award. Work hours are Monday-Friday, 7:00 AM - 5:00 PM (excluding Federal Holidays).
Evaluation
Award will be made to the responsible offeror providing the Best Value to the Government, considering all labor, material, cost, and equipment required within the Statement of Work. Cost and Past Performance factors will also be considered. Offerors must provide a price breakdown for materials/equipment and labor.
Special Requirements & Notes
A highly recommended site visit can be scheduled by contacting LT David Satava (david.l.satava@uscg.mil). All questions must be submitted by March 2, 2026, at 12:00 PM HST. The contractor must be registered in SAM.gov with an "ACTIVE" status prior to award. Building 1669 is eligible for the National Register of Historic Places, requiring NHPA Section 106 consultation before mobilization. Personnel must enroll in the RAPIDGate program and adhere to OSHA safety standards.