Replace Roll-Up Door at USCG Station Pascagoula, MS
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 United States Coast Guard (USCG) is soliciting proposals for the replacement of a roll-up bay door at Station Pascagoula, MS. This opportunity is a 100% Total Small Business Set-Aside and will result in a firm-fixed priced purchase order. Quotes are due by April 20, 2026.
Purpose & Scope
The USCG requires qualified firms to provide and install a new 20x18 roll-up bay door and motor operator, including the removal of the existing door and all associated components. The scope of work encompasses furnishing all labor, tools, and materials, and ensuring proper disposal of old parts and construction debris. Installation must strictly adhere to UL 325 standards, incorporate mandatory safety devices (photo-eyes, pressure-sensitive bottom edge), and include thorough testing of the new door and its safety features.
Contract Details
- Contract Type: Firm-Fixed Priced Purchase Order (RFQ)
- Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- Place of Performance: U.S. Coast Guard Station Pascagoula, Building 110, 108 Singing River Island, Pascagoula, Mississippi 39595.
- Period of Performance: Total contract performance period is 14 calendar days, with work to commence within 14 days of award and be completed within 30 days of notice to proceed.
- Special Requirements: Contractor must be certified in Mississippi. Prevailing wage rates for Jackson County, MS, apply. No performance or payment bonds are required.
Set-Aside & Eligibility
This is a 100% Total Small Business Set-Aside. All offerors must be actively registered in SAM.gov.
Evaluation Factors
Award will be made to the Lowest Priced Technically Acceptable offer. Evaluation factors include:
- Price
- Technical Acceptability
- Past Performance
Submission Requirements & Key Dates
Offerors must provide their price, technical approach, and past performance with their quote. It is mandatory to examine the scope of work, and a site visit is highly recommended to assess existing conditions. Arrangements for site visits can be made by contacting MKC Ben MacPhee (Benjamin.L.Macphee@uscg.mil, 228-769-5606).
- Quotes Due: April 20, 2026, by 8:00 PM UTC.
- Submit Quotes To: Joel.S.Ivy@uscg.mil.
- Published Date: March 30, 2026.
Bidders should review all incorporated FAR and agency-specific clauses, including those related to Buy American and telecommunications restrictions, for full contractual obligations.