Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCGC SANGAMON BATHROOM/LOCKER ROOM REMODEL

    Sol. 70Z02926QGALV0013Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NEW ORLEANS, LA
    Closed
    STATUS
    Closed
    closed Apr 1, 2026
    POSTED
    Mar 12, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2JZ
    Product & service classification

    AI Summary

    The U.S. Coast Guard requires a full rehabilitation of bathrooms and locker rooms at the USCGC Sangamon. This project includes drywall, tile, furnishings replacement, and installation of climate control and ventilation systems. This is a small business set-aside opportunity, and quotes are requested under a firm-fixed price contract. Interested contractors must be registered in SAM.gov.

    Contract details

    Solicitation No.
    70Z02926QGALV0013
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 12, 2026
    Response Deadline
    April 1, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2JZ
    Sub-Agency
    US COAST GUARD
    Primary Contact
    KALA LOWE
    State
    LA
    ZIP Code
    70117
    AI Product/Service
    service

    Description

    USCG Sangamon Bathroom Remodel

    NAICS: 236220

    PSC: Z2JZ         

    U.S. Coast Guard Shoreside Detachment (SSD) Peoria requires a full rehabilitation of the two bathrooms and associated locker rooms. Work will require a full replacement of all drywall, tile, furnishings (except lockers), and fixtures within the bathrooms and locker rooms, the installation of a two-zone climate control system consisting of a heat pump, as well as a mechanical ventilation systems to ensure adequate moisture control within the spaces. The following specification documents a preliminary scope of work and is subject to change.

    location of service: 97 conference center drive East Peoria, IL 61611

    This is a combined synopsis/solicitation. All work is to be completed in accordance with the scope of work. This announcement constitutes only the solicitation; quotes are being requested, and no other written solicitation will not be issued. This is a Small Business Set-aside, the applicable NAICS code is 236220 and small business size standard is 19M. This solicitation will result in a Firm-Fixed Price Construction Contract awarded to the offeror with the Lowest Price Technically Acceptable.

    Offerors must be actively registered in System for Award Management - https://www.sam.gov.

    All work is to be completed in accordance with the SOW. This will be a firm-fixed priced purchase order awarded to the lowest reasonable price technically acceptable bidder. This is set aside 100% for small business. All contractors must be actively registered in SAM.gov and must provide representations prescribed in clause 52.236-1 in Section III and see attachment B to be considered. 

    The Contractor shall submit, simultaneously with the schedule of costs required by the Payments under Fixed-Price Construction Contracts clause of the contract, a statement designating the portions of contract work to be performed with the Contractor's own forces. The approved schedule of costs will be used in determining the value of a work activity/event, or portions thereof, of the work for the purpose of this article. In establishing the percent of work to be performed by the Contractor. Cost of material and equipment installed by such labor may be included. The work by the Contractor's executive, administrative and clerical forces shall be excluded in establishing compliance with the requirements of this clause.

    FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect

    the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

    Arrangements for mandatory site visits may be made by contacting:

    Attn: Senior Chief James Ford

    Email: James.H.Ford@uscg.mil

    Office Telephone: (571) 608-6859

    Cell: (443) 783-7541

    Submit quotes to: kala.m.lowe@uscg.mil and Lynn.p.charles2@uscg.mil

    Key dates

    1. March 12, 2026Posted Date
    2. April 1, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCGC SANGAMON BATHROOM/LOCKER ROOM REMODEL is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.