USCG Station Brunswick Barracks Bathroom Renovations
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), under the Department of Homeland Security, is soliciting proposals for barracks bathroom renovations at USCG Station Brunswick, GA. This is a 100% 8(a) Set-Aside opportunity, restricted to SBA-certified 8(a) participants. The project involves renovating three crew barracks bathrooms to match the quality and style of recently completed renovations. Quotes are due by April 17, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide all labor, materials, and equipment to renovate three barracks bathrooms. This includes the demolition and replacement of vanities, sinks, mirrors, floor and wall tile, toilets, and paint. Showers will be replaced with high-quality, modern, solid-surface inserts, requiring demolition down to studs and replacement with waterproof cement-board. All new fixtures and finishes must be durable, low-maintenance, and match the appearance and quality of two previously renovated bathrooms. Specific requirements include low-flow, EPA WaterSense plumbing fixtures, skirted toilets, and mildew-resistant paint. The scope also covers the disposal of all project-generated debris.
Contract Details
- Solicitation Number: 70Z03626Q0015
- Contract Type: Firm Fixed-Price
- NAICS Code: 238990 (All Other Specialty Trade Contractors) with a $19.0M size standard.
- Period of Performance: 60 days from contract award, including 15 days for material submittal and selection/approval.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Only the lowest-priced, technically acceptable offer will be considered for award. The government intends to award to a single contractor on an all-or-nothing basis.
- Set-Aside: 100% 8(a) Set-Aside.
Key Dates & Submission
- Mandatory Site Visit: April 9, 2026, at 9:00 AM EST. Register by April 8, 2026, 9:00 AM EST, by emailing MK1 Cade Donker at cade.m.donker@uscg.mil.
- Questions Due: April 10, 2026, by 5:00 PM EST. Submit in writing to adam.s.hitchcox@uscg.mil, including the solicitation number in the subject line.
- Q&A Posted: April 14, 2026, by 5:00 PM EST.
- Quotes Due: April 17, 2026, by 5:00 PM EST. Submit via email to Adam.S.Hitchcox@uscg.mil.
- Submission Requirements: Quotes must include a detailed breakdown of estimated labor and material costs, Unique Entity Identifier (UEI), Tax Identification Number (TIN), and a brief technical proposal demonstrating understanding of the SOW and proposed approach. Offerors must acknowledge all amendments.
Important Considerations
Vendors must propose comparable finishes and fixtures, as the government will not provide specific make/model numbers; reference photos are available. Proposals should include pricing for two flooring transition scenarios (tile-to-carpet as base, tile-to-LVP as additive). Contractors are responsible for providing their own temporary restroom facilities and dumpsters for debris disposal. All plumbing work will require main building water shut-off, phased into two outages. Compliance with the Buy American Act, Department of Labor prevailing wage rates, and updated FAR clauses (including sustainable products) is required. An active UEI in SAM.gov is mandatory.