Replace Current Roofing System of a Two-Story House in New Orleans, LA for USCG
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) is seeking qualified small businesses to replace the current roofing system of a two-story house located at 5830 Memphis Street, New Orleans, LA 70124. This is a 100% Total Small Business Set-Aside opportunity. The project requires the installation of an Insurance Institute for Business & Home Safety (IBHS) FORTIFIED roofing system. Quotes are due by March 4, 2026.
Scope of Work
The contractor will be responsible for the complete removal and disposal of the existing roofing system down to the decking, including inspection and replacement of decking as needed. This also involves replacing flashing on all valleys, walls, and penetrations, and replacing boots on plumbing and vent penetrations. A new IBHS/FORTIFIED roofing system must be installed, compatible with the existing closed-cell foam insulation. All work must comply with applicable state building codes, industry standards, and IBHS/FORTIFIED certification standards. Performance is expected to begin within 14 calendar days of award and be completed within 30 calendar days of notice to proceed.
Contract Details
This will be a firm-fixed priced purchase order. The award will be made to the lowest priced technically acceptable offer. This is a Combined Synopsis/Solicitation issued as a Request for Quotation (RFQ), tailored in accordance with FAR Part 36. Payment and performance bonds are not required.
Evaluation Factors
Proposals will be evaluated based on:
- Price
- Technical Acceptability
- Past Performance
Key Requirements & Instructions
- Mandatory Site Visit: Offerors are strongly encouraged to visit the facility to take field measurements and become familiar with existing conditions. Site visit arrangements can be made by contacting John Dunaway (John.D.Dunaway@uscg.mil, 504-628-6294) or Mike Ackiss (Carlton.M.Ackiss@uscg.mil, 504-239-4937).
- Eligibility: This is a 100% Total Small Business Set-Aside. Offerors must be actively registered in SAM.gov.
- Wage Rates: Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Construction (LA20260041 for Orleans County) are applicable. Bidders must account for prevailing wage rates and fringe benefits.
- Invoicing: The contractor must use the Invoice Processing Platform (IPP) for submitting invoices.
- Submittals: Required submittals include a work schedule, quote for additional repairs, manufacturer and warranty information, inspection results, shingle selection, lien waiver, and IBHS/FORTIFIED roof certification.
- Contractor Requirements: Must be state-licensed, responsible for work site safety, ensure environmental compliance, and minimize impact on facility operations.
Submission Details
Quotes must be submitted to Joel.S.Ivy@uscg.mil by March 4, 2026, 7:00 PM UTC.