USCG Base Charleston Rice Mill Building Inspection
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) Base Charleston is soliciting proposals for a structural and building envelope evaluation of the Rice Mill Building located at 196 TRADD ST, Charleston, SC 29401. This is a Total Small Business Set-Aside opportunity, with proposals due by April 30, 2026, at 5:00 PM EST.
Scope of Work
The USCG requires qualified engineers to perform a comprehensive evaluation of the Historic Chisolm Rice Mill Building. The scope includes:
- Structural Condition Assessment: Visual evaluation of primary load-bearing systems, delivering a detailed electronic report with findings, recommendations, annotated photographic documentation, and Rough Order of Magnitude (ROM) cost estimates for necessary repairs. This must be supervised by a licensed PE/SE with at least 10 years of experience.
- Building Envelope Condition Assessment: Thorough visual inspection of the entire building envelope (foundation, roof, exterior walls, fenestrations, insulation). A detailed electronic report with findings, recommendations, photographic documentation, and ROM estimates is required. This must be led by a qualified Building Envelope Consultant (e.g., RRC, REWC, or licensed PE/Architect) with at least 10 years of experience.
The period of performance is 30 calendar days. The contractor must comply with all safety and environmental regulations, and personnel must have valid government-issued identification for site access.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order
- Set-Aside: Total Small Business (100%)
- NAICS Code: 541350 (Engineering Services), Size Standard: $11.5M
- Solicitation Number: 70Z03626Q0088
- Published Date: April 15, 2026
- Questions Due: April 25, 2026, by 11:00 AM EST to Julia.S.Kline2@uscg.mil
- Answers Posted: No later than April 27, 2026, by 5:00 PM EST
- Site Visits: April 21st and 23rd, 8:00 AM - 1:00 PM. Contact CWO Cody Wood (Cody.A.Wood@uscg.mil) at least 24 hours prior to arrange.
- Quotes Due: April 30, 2026, by 5:00 PM EST
Evaluation
Award will be made to a single contractor on an all-or-nothing basis, following a Lowest Price Technically Acceptable (LPTA) methodology. Proposals will be evaluated on technical capability (rated Acceptable/Unacceptable) and total price. An "Unacceptable" technical rating will disqualify an offeror.
Submission Requirements
Quotes must be submitted via email to Julia.S.Kline2@uscg.mil. Submissions must include:
- A detailed breakdown of estimated labor and material costs.
- Vendor's Unique Entity Identifier (UEI) and Tax Identification Number (TIN).
- A brief technical proposal demonstrating understanding of the SOW and approach.
- Completed SF-1449 form.
Ensure your UEI is active and registered via SAM.gov. Invoicing will be processed through the Invoice Processing Platform (IPP). Applicable FAR clauses, including 52.212-4, 52.212-5, and 52.225-1 (Buy American), are incorporated by reference. The Service Contract Act Wage Determination #2015-4427 Revision 32 applies.