USCG BASE NCR FACILITIES CARPET AND TILE REPLACEMENT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) Base National Capital Region (NCR) is soliciting quotes for Carpet and Tile Replacement Services at its Washington, D.C. facility. This Total Small Business Set-Aside opportunity requires vendors to provide all labor, materials, and equipment for replacing approximately 1,300 sqft of carpet tiles. The contract will be awarded as a Firm-Fixed-Price (FFP) Purchase Order. Quotes are due by May 12, 2026, at 12:00 PM EDT.
Scope of Work
The project involves replacing existing carpet tiles in specific spaces (6S13-04, 6S13-05, 6S13-03, and 6S13-02). Key tasks include:
- Disposal of existing rolled carpet at no additional cost to the government.
- Lifting and relocating furniture, ensuring its return to original locations.
- Providing options for new carpet that is a near match to the existing building standard, with the government making the final selection.
- Ensuring new carpet meets all GSA, DHS, CG requirements, and industry practices.
- Managing security delays for campus access; all vendor employees and sub-contractors will undergo background checks. The work must be completed within one mutually scheduled workday.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order (Commercial Items, FAR Part 13.302).
- Set-Aside: Total Small Business Set-Aside (NAICS 238330, $23 million size standard).
- Site Visit: Strongly encouraged on Monday, May 4, 2026, between 10:00 AM and 3:00 PM. Contact LCDR Brian Baffer at Brian.A.Baffer@uscg.mil or (401) 736-1762 to arrange.
- Questions Due: Tuesday, May 5, 2026, by 12:00 PM EDT.
- Quote Submission Deadline: Tuesday, May 12, 2026, by 12:00 PM EDT.
- Published Date: April 29, 2026.
Submission & Evaluation
Quotes must be submitted via email to Isiah.R.Mack@uscg.mil and Samuel.T.Salerno@uscg.mil. Submissions require two volumes:
- Technical Capabilities Volume: Maximum 5 single-spaced pages, demonstrating ability to meet Statement of Work (SOW) requirements.
- Price Volume: Includes a completed pricing spreadsheet (Attachment 2) and any additional pricing details. Evaluation will be based on a Lowest Price, Technically Acceptable (LPTA) methodology. Technical Capability will be rated as "Acceptable" or "Unacceptable," with an "Unacceptable" rating leading to disqualification. Price will be considered after technical acceptability. The Government reserves the right to award without discussions.
Contacts
- Primary: SK2 Isiah Mack, ISIAH.R.MACK@USCG.MIL, (206) 827-4151
- Secondary: SKC Samuel Salerno, Samuel.T.Salerno@uscg.mil, 2068202120