USCG Station Brunswick Flooring Replacement

SOL #: 70Z03626Q0014Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Brunswick, GA

NAICS

Flooring Contractors (238330)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

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

Timeline

1
Posted
Mar 25, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Apr 22, 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), under the Department of Homeland Security, is soliciting proposals for a Firm Fixed-Price contract to replace flooring at USCG Station Brunswick, GA. This acquisition is a 100% 8(a) Set-Aside, restricted to SBA-certified 8(a) participants. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation. Quotes are due by April 22, 2026, at 5:00 PM EST.

Scope of Work

The project involves the removal and disposal of existing flooring (carpet, linoleum tile, laminate) and the installation of new commercial-grade Luxury Vinyl Plank (LVP) flooring in specified spaces, including room 306 (kitchen nook), at USCG Station Brunswick. The scope also includes the removal and replacement of all cove base and baseboards, comprehensive sub-floor preparation, and the provision of 10% attic stock of new flooring. LVP materials must comply with Buy American Act, be low-VOC, waterproof, dimensionally stable, with a minimum 30 mil wear layer, and carry a 20-year product warranty from a manufacturer with at least 10 years of experience. The contractor must provide a 12-month warranty for parts and labor. Work requires close coordination with onsite personnel for furniture movement and access in a 24/7 operational facility.

Contract Details

  • Solicitation Number: 70Z03626Q0014
  • 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). Technical acceptability is based on meeting all Statement of Work (SOW) requirements and demonstrated past performance. Only the lowest-priced offer will be evaluated for technical acceptability.
  • Period of Performance: 60 days from contract award, including 15 days for submittal and selection/approval of materials.

Key Dates & Actions

  • Site Visit: Strongly encouraged. A single designated site visit will be held on 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.
  • Questions Due: April 10, 2026, by 5:00 PM EST, submitted in writing to adam.s.hitchcox@uscg.mil.
  • Q&A Posted: April 14, 2026, by 5:00 PM EST.
  • Quote Due Date: April 22, 2026, by 5:00 PM EST.

Submission Requirements

Quotes must be submitted via email to Adam.S.Hitchcox@uscg.mil. Submissions must include a detailed breakdown of estimated labor and material costs, clearly display the vendor’s Unique Entity Identifier (UEI) and Tax Identification Number (TIN), and provide a brief technical proposal demonstrating understanding of the SOW and proposed approach. Offerors must acknowledge receipt of all amendments, including Amendment 00003 which extended the due date, and Amendment 00002 which updated clauses. An active UEI registered on SAM.gov is mandatory. Performance and Payment Bonds are not required.

Important Notes

Bidders are responsible for reviewing all attachments, including the SOW (updated April 14), Department of Labor wage rates (GA20260315), SF-1442, and applicable Provisions and Clauses (updated April 6). The Davis-Bacon Act applies. Contractors are responsible for field-verifying conditions, including potential hazardous materials, and incorporating associated costs into their proposals.

People

Points of Contact

SKC Adam HitchcoxPRIMARY

Files

Files

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

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View