USCGC Sangamon Bathroom/Locker room remodel
SOL #: 70Z02926QGALV0013Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
BASE NEW ORLEANS(00029)
NEW ORLEANS, LA, 70117, United States
Place of Performance
East Peoria, IL
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 4, 2026
2
Submission Deadline
Apr 1, 2026, 6:00 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 (Department of Homeland Security) is soliciting proposals for the rehabilitation of two bathrooms and associated locker rooms aboard the USCGC Sangamon at the Shoreside Detachment (SSD) Peoria, located in East Peoria, IL. This is a Total Small Business Set-Aside for a Firm-Fixed Price Construction Contract. The award will be made to the Lowest Price Technically Acceptable offeror. Quotes are due by April 1, 2026, at 2:00 PM local time.
Scope of Work
The project involves a full rehabilitation of the two bathrooms and adjoining locker rooms. This includes:
- Full replacement of all drywall, tile, furnishings (excluding lockers), and fixtures.
- Installation of a two-zone climate control system utilizing a heat pump.
- Installation of a mechanical ventilation system for adequate moisture control.
- Disposal of all waste materials in accordance with EPA regulations.
- The contractor is responsible for furnishing all labor, tools, equipment, and materials. All work must comply with federal, state, and local laws, including OSHA, EPA, and applicable 2024 building codes.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Type: Firm-Fixed Price Construction Contract
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS: 236220 (Commercial and Institutional Building Construction), Size Standard: $19M
- PSC: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings)
- Period of Performance: 120 calendar days after Notice to Proceed, including administrative processes, submittal reviews, inspections, and closeout.
- Place of Performance: U.S. Coast Guard Shoreside Detachment Peoria, 97 Conference Center Drive, East Peoria, IL 61611-9570.
Submission & Evaluation
- Quotes Due: April 1, 2026, at 2:00 PM local time.
- Submission Method: Email quotes to kala.m.lowe@uscg.mil and Lynn.p.charles2@uscg.mil. Offers must be clearly marked with offeror's name, address, solicitation number, and due date/time.
- Government Acceptance: Offers must provide at least 45 calendar days for Government acceptance.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Mandatory Site Visit: A site visit is strongly encouraged. Arrangements can be made by contacting Senior Chief James Ford at James.H.Ford@uscg.mil, (571) 608-6859, or (443) 783-7541.
Special Requirements
- Performance of Work by Contractor (FAR 52.236-1): Contractors are mandated to perform at least 50% of the total contract work on-site with their own organization. A statement designating these portions must be submitted with the schedule of costs. Failure to comply may result in a 15% retention withholding.
- Personnel: A site superintendent, employed by the prime contractor, must be on-site, fluent in English, and possess at least 10 years of construction experience. Personnel working on-site require Government-issued identification and vetting.
- Quality Control: The contractor is responsible for all quality control and quality assurance.
- Buy American Act: Applies to all new equipment and construction materials.
- SAM Registration: Offerors must be actively registered in SAM.gov and provide required representations.
People
Points of Contact
KALA LOWEPRIMARY
Lynn CharlesSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026