MODIFICATION
S -- Military Housing Maintenance � San Francisco Bay Area
- Notice Date
- 6/30/2025 2:07:29 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- LOG-9 NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08425RALAM0002
- Response Due
- 7/28/2025 8:30:00 AM
- Archive Date
- 09/15/2025
- Point of Contact
- Jessica P. Adkisson, LAWSON, Ms. SUSAN B
- E-Mail Address
-
jessica.p.adkisson@uscg.mil, SUSAN.B.LAWSON@USCG.MIL
(jessica.p.adkisson@uscg.mil, SUSAN.B.LAWSON@USCG.MIL)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Department of Homeland Security (DHS), U.S. Coast Guard (USCG), Operational Logistics Command (LOGCOM) Regional Contracting West (LOG-942) will acquire the services outlined in the solicitation utilizing procedures in Federal Acquisition Regulation (FAR) Part 12, FAR Part 15, and in accordance with (IAW) FAR 19.8 and the Department of Homeland Security�s (DHS)/SBA Partnership Agreement. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. (A) The solicitation number is 70Z08425RALAM0002 and is issued as a Request for Proposal (RFP). Submit written proposals(oral proposals will not be accepted). This requirement is for the U.S Coast Guard for Housing Maintenance Services, Janitorial and Grounds Maintenance. (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (C) This acquisition is issued as a Competitive Solicitation for 8(a) Small Business Firms under the Small Business Administration�s (SBA) Program. The associated NAICS code is 561210. The type of contract is a single award indefinite-delivery indefinite-Quantity IDIQ with recuring work FIRM FIXED PRICE CLINS (D) Description/Statement of Work/Specification: Please refer to attachment � Statement of Work (SOW) (E) Date(s) and place(s) of delivery and acceptance: (USCG) Bay Area Housing: Alameda, Novato, Petaluma and Yerba Buena Island (YBI) CA. See Statement of Work (SOW) for more details (F) FAR Provision 52.212-1, Instructions to Offerors�Commercial is incorporated by reference and applies to this acquisition: Please see the attached RFP terms and conditions for the submission requirements. Offerors� quotation shall confirm to the required SOW. (G) Evaluation FAR Provision 52.212-2: Please see the attached RFP terms and conditions. (H) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Items, with its Alternate I, with their offer. Offerors may complete this online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 with Alternate I online and that is it up-to-date and valid. (I) Date, time and place offers are due. Offers are due by 28 July 2025, 08:30 AM Pacific Time. Submit offers to the following e-mail address, by the offer due date and time: Via e-mail to: Jessica.p.adkisson@uscg.mil (j) Site Visit will be July 14 and 15. Please refer to RFP for more information. (k) Questions and answers are due 2 days after Site visit
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e0737b5f27e4cdfb425a378161262f5/view)
- Place of Performance
- Address: Alameda, CA 94501, USA
- Zip Code: 94501
- Country: USA
- Zip Code: 94501
- Record
- SN07493095-F 20250702/250630230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |