USCG Station Brunswick Flooring Replacement
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) is soliciting proposals for flooring replacement services at USCG Station Brunswick, Georgia. This acquisition is a 100% 8(a) Set-Aside, restricted to SBA-certified 8(a) participants, for a Firm Fixed-Price contract. The project involves removing existing flooring and installing new Luxury Vinyl Plank (LVP) flooring in select spaces. Proposals are due April 22, 2026, at 5:00 PM EST.
Scope of Work
The contractor will be responsible for the removal and disposal of existing finished flooring (carpet, linoleum tile, laminate) and the installation of new commercial-grade Luxury Vinyl Plank (LVP) flooring in specified areas, including room 306 (kitchen nook). This includes providing LVP samples for USCG selection, removing and replacing all cove base and baseboards, and thorough sub-floor preparation to ensure a professional, durable, and warrantable installation. The LVP must be low-VOC, waterproof, dimensionally stable, with a minimum 30 mil wear layer and a 20-year commercial warranty. All materials must comply with the Buy American Act. The work must be completed within 60 days of contract award, with performance beginning within 15 days of notice to proceed. The facility is operational 24/7, requiring close coordination with onsite representatives for work phasing, access, and furniture staging. Contractors are responsible for moving government-furnished furniture and for all sub-floor preparation.
Contract Details
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% 8(a) Set-Aside (restricted to SBA-certified 8(a) participants)
- NAICS Code: 238330 (Flooring Contractors), Size Standard: $19.0M
- Evaluation: Lowest Price Technically Acceptable (LPTA). Only the lowest-priced offer will be evaluated for technical acceptability, which requires meeting all SOW requirements and demonstrating past performance.
- Period of Performance: 60 calendar days from contract award (including 15 days for submittal/approval).
Submission Requirements
Quotes must be submitted via email to Adam.S.Hitchcox@uscg.mil by April 22, 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), a completed SF-1442, and a brief technical proposal demonstrating understanding of the SOW and approach. Offerors must acknowledge all amendments. An active UEI on SAM.gov is mandatory.
Key Dates & Actions
- Site Visit: April 8, 2026, at 9:00 AM EST. Contact MK1 Cade Donker at cade.m.donker@uscg.mil at least 24 hours in advance to sign up. Attendance is strongly encouraged.
- Questions Due: April 10, 2026, at 5:00 PM EST, submitted to adam.s.hitchcox@uscg.mil.
- Answers Posted: April 14, 2026, at 5:00 PM EST.
- Proposal Due: April 22, 2026, at 5:00 PM EST.
Important Notes
No asbestos was used in original construction, but bidders are responsible for field-verifying conditions. Performance and Payment Bonds are not required. Applicable FAR clauses and Department of Labor wage rates (GA20260315) apply.