Interior Space Renovation

SOL #: 70Z027-26-R-00007Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
TRACEN CAPE MAY(00042)
CAPE MAY, NJ, 08204, United States

Place of Performance

NJ

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
May 13, 2026, 7:00 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 Interior Space Renovation at USCG Air Station Atlantic City, Egg Harbor Township, NJ. This Firm-Fixed Price contract is a Total Small Business Set-Aside (NAICS 236220, $45M size standard) for comprehensive interior upgrades. Proposals are due by May 13, 2026, at 3:00 PM ET.

Scope of Work

This project involves the removal and replacement of existing interior finishes. The Base Bid includes:

  • Drywall and wall insulation installation and repair.
  • Interior painting.
  • Flooring installation (carpet tile, ceramic tile, Luxury Vinyl Tile).
  • Reflected ceiling tile replacement.
  • Pipe and duct insulation.
  • Kitchenette cabinetry replacement. An Optional Bid Item (OBI) #1 covers epoxy flooring installation in specific hallways and bullpen areas. The contractor is responsible for all labor, transportation, supervision, and adherence to federal, state, and local laws. Key requirements include providing Safety Data Sheets (SDS) and Technical Data Sheets (TDS), product submittals, and a one-year workmanship warranty.

Contract & Timeline

  • Contract Type: Firm-Fixed Price.
  • Set-Aside: Total Small Business (FAR 52.219-6).
  • NAICS: 236220, size standard $45 Million.
  • Period of Performance: 60 calendar days after Notice to Proceed.
  • Proposal Due: May 13, 2026, 3:00 PM ET.
  • Questions Due: May 08, 2026, NOON ET.
  • Published: April 29, 2026.

Evaluation & Submission

Award will be made to the Lowest Price Technically Acceptable (LPTA) offer, based on evaluation factors including Technical Capability and Price (FAR 52.212-2). Offers providing less than 60 calendar days for Government acceptance will be rejected.

  • Submission: Quotes must be emailed to Sergio.A.Cosby@uscg.mil. Offerors must complete blocks 14-20c of the SF 1442 and pricing.
  • Bonds: Performance and Payment Bonds are required within 15 calendar days after award (FAR 52.228-15). A Bid Guarantee (FAR 52.228-1) is also required.
  • Site Visit: Strongly encouraged to verify quantities. Arrange with James Smith at least three days in advance. Visitor access request form and valid ID are required.

Additional Notes

Bidders must review all attachments, including detailed drawings (A108, A109) and the Construction RFQ Clause Template, which incorporates critical FAR and HSAR clauses. Compliance with the Buy American Act (FAR 52.225-9) for construction materials, OSHA, and EPA regulations is mandatory. Wage Determinations for Atlantic County, NJ, are applicable and must be used for labor cost calculations.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 29, 2026
Interior Space Renovation | GovScope