Replace Roofs, U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140.
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 Cleveland is conducting a Sources Sought to identify qualified firms capable of performing Roof Replacement at the U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140. This project is estimated to be between $25,000 and $100,000. Responses are due by April 01, 2026.
Scope of Work
Major work items include:
- Removing existing asphalt roofs down to the sheathing and providing new asphalt roof systems for the Station Building's main roof (approx. 32x46 ft), addition roof (approx. 46x46 ft), and porch roof (approx. 10x30 ft).
- Replacing the Boat House roof (approx. 45x60 ft).
- Mobilization, demobilization, clean up, supervision, materials, equipment, transportation, labor, and all other necessary incidentals. The NAICS code for this project is 238160 (Roofing Contractors) with a Small Business Size Standard of $19.0M. The prime contractor must perform at least 25% of the contract cost with its own employees.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 01, 2026
- Published: March 25, 2026
Response Requirements
Interested vendors should submit the following information to USCG Base Cleveland via email to timothy.g.arnold@uscg.mil, referencing number 70Z03026BCLEV0036:
- Company name, address, SAM Unique Entity ID, point of contact, phone, and email.
- Positive statement of intent to bid as a prime contractor.
- Certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned).
- Evidence of similar experience (contract numbers, project titles, dates, dollar amounts, contacts).
- Statement on previous work under NAICS 238160 as a prime contractor.
- Evidence of bonding capability for the maximum project magnitude (single and aggregate totals).
- Number and occupations of employees.
Additional Notes
This notice is for information and planning purposes only and does not constitute a commitment by the Government. No telephone or written requests for solicitations will be accepted. The Government reserves the right to consider various set-aside arrangements.