USCG Station Brunswick Barracks Bathroom Renovations

SOL #: 70Z03626Q0015Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE CHARLESTON
N CHARLESTON, SC, 29405, United States

Place of Performance

Brunswick, GA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 15, 2026
3
Submission Deadline
Apr 17, 2026, 9:00 PM

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) is soliciting proposals for barracks bathroom renovations at USCG Station Brunswick, GA. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract, 100% set aside for SBA-certified 8(a) participants. Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by April 17, 2026, at 5:00 PM EST.

Scope of Work

This opportunity requires the renovation of three crew barracks bathrooms at USCG Station Brunswick. The contractor will provide all labor, materials, and equipment to replace finishes and fixtures, aiming to match the appearance, quality, and characteristics of two recently renovated bathrooms. Key tasks include replacing vanities (with sinks and mirrors), floor and wall tile, toilets, and paint. Specific items like wall-mounted soap dispensers, medicine cabinets, and paper-towel dispensers will be demolished and not replaced. The project mandates the installation of low-flow, EPA WaterSense designated plumbing fixtures, durable solid surface countertops for vanities, and high-quality, modern solid-surface shower inserts. Demolition down to studs and replacement of drywall with waterproof cement-board is required for showers. The contractor is also responsible for coordinating flooring transitions, disposing of all project-generated debris, and providing a 12-month minimum warranty for parts and labor.

Contract Details

  • Contract Type: Firm Fixed-Price
  • Set-Aside: 100% 8(a) Set-Aside, restricted to SBA-certified 8(a) participants.
  • NAICS Code: 238990 (All Other Specialty Trade Contractors), Size Standard: $19.0M
  • Product Service Code: Z2AZ (Repair Or Alteration Of Other Administrative Facilities And Service Buildings)
  • Place of Performance: USCG Station Brunswick, 2 Conservation Way, Brunswick, GA 31520
  • Period of Performance: 60 calendar days from contract award, which includes 15 days for submittal and selection/approval of materials, colors, and finishes.
  • Bonds: No bid, performance, or payment bonds are required.

Key Requirements & Instructions

A mandatory site visit is scheduled for April 9, 2026, at 9:00 AM EST. Interested bidders must sign up at least 24 hours in advance by contacting MK1 Cade Donker at cade.m.donker@uscg.mil. All questions regarding the solicitation must be submitted in writing to adam.s.hitchcox@uscg.mil by April 10, 2026, at 5:00 PM EST. Questions and answers will be posted by April 14, 2026.

Quotes must be submitted via email to Adam.S.Hitchcox@uscg.mil by April 17, 2026, at 5:00 PM EST. Submissions must include a detailed breakdown of estimated labor and material costs, the vendor’s Unique Entity Identifier (UEI) and Tax Identification Number (TIN), and a brief technical proposal demonstrating understanding of the SOW and proposed approach. Vendors are responsible for providing their own temporary restroom facilities and managing debris disposal, including a dedicated dumpster. Compliance with Department of Labor prevailing wage rates (Davis-Bacon Act) and the Buy American Act is required.

Evaluation & Award

The contract will be awarded to a single responsible offeror whose proposal is determined to be the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government. Technical acceptability will be based on meeting SOW requirements and demonstrated past performance. Only the lowest-priced offer will undergo technical evaluation. The Government reserves the right not to make an award.

People

Points of Contact

SKC Adam HitchcoxPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View