U.S. COAST GUARD Air Station Astoria Repaint Interior Spaces
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 is soliciting proposals for interior repainting services at Air Station Astoria, OR. This is a Combined Synopsis/Solicitation (RFQ), 100% set aside for Small Businesses. The contract will be awarded to the lowest priced, technically acceptable offer. Proposals are due by June 17, 2026, at 8:00 AM PDT.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, and supervision to prep and repaint interior walls. This includes cleaning, patching holes and cracks (conforming to ASTM C840), removing and reinstalling hardware, and applying two coats of specified high-quality, commercial-grade interior latex paint (eggshell finish). A stain-blocking primer is required for patched or discolored areas. The contractor must protect all non-painted surfaces, maintain a clean work environment, and ensure sharp, clean paint lines. An existing mural in the Crew Lounge must be protected. All work must meet or exceed ASTM D3928 standards and include a two-year workmanship warranty. The project must be completed within 90 days of contract award.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ) - 70Z03326Q31190048
- Set-Aside: 100% Small Business
- NAICS Code: 238320 (Size Standard: $19.0 Million)
- Place of Performance: U.S. Coast Guard Air Station Astoria, Warrenton, OR 97146
- Period of Performance: 90 days after contract award
- Published Date: May 11, 2026
- Mandatory Site Visit: June 10, 2026, at 9:00 AM PDT (POC: LT Gary Nelthropp, (503) 706-3150, Gary.C.Nelthropp@uscg.mil)
- Questions Due: June 12, 2026
- Proposals Due: June 17, 2026, at 8:00 AM PDT
Evaluation Factors
Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Evaluation criteria include technical approach, pricing (complete and reasonable), and past performance (recent and relevant). The lowest priced quote must be technically acceptable; if not, the next lowest will be evaluated. Offerors must be registered in the System for Award Management (SAM) prior to award.
Key Requirements & Notes
- Mandatory Site Visit: Required for all interested offerors to be considered for award.
- Submission: Offers must be submitted electronically via email to John.A.Mangune@uscg.mil and Shawn.T.Jenkins@uscg.mil, with the RFQ number in the subject line. Submissions must include company point of contact, SAM representations/certifications statement, technical approach, detailed pricing, and up to three past performance examples.
- Personnel: Contractor employees must be U.S. citizens or lawfully admitted permanent residents, present a neat appearance, and have valid identification for facility access. A phased execution plan for occupied spaces is required.
- Wage Rates: The Davis-Bacon Act applies, requiring adherence to prevailing wage rates for Clatsop, Lincoln, and Tillamook Counties, OR (WD # OR20260092).
- Drawings: Bidders must review the provided 1st and 2nd Floor Painting Drawings to understand the physical scope and layout.
- Warranty: A two-year warranty on workmanship, paint, and patching is required.
- Payment Protection: A payment bond or irrevocable letter of credit for 100% of the contract price is required within 10 days of award.