JBLM Grease Trap Cleaning and collection of UCO
Agency: MICC Joint Base Lewis-McChord
Location: Washington
NAICS: 562998
| Agency | Coast Guard |
|---|---|
| Deadline | 05/27/26 |
| Posted | 05/05/26 |
| Estimated Value | Not Provided |
| Set Aside | SBA |
| NAICS | 238290 - Other Building Equipment Contractors |
| PSC | J045 - Maint/Repair/Rebuild Of Equipment- Plumbing, Heating, And Waste Disposal Equipment |
| Location | Port Angeles, WA 98362 United States |
The U.S. Coast Guard requires services for the contractor to provide all personnel, equipment, tools, transportation, supervision, and other items and services necessary to remove and replace the diesel and gasoline hose reels located at the waterfront of USCG AIRSTA Port Angeles. The Government intends to issue a firm-fixed-price purchase order for this project. The full scope of work and specifications are included in the solicitation documents.
U.S. Coast Guard
1 Ediz Hook Rd. Port Angeles, WA 98362
This acquisition is set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. The associated NAICS code is 238290 (Other Building Equipment Contractors). A site visit will be mandatory for all interested offerors. All interested offerors must arrive no later than five minutes prior to their RSVP'd start time. Each offeror is required to visit the site to provide the government with an accurate and competitive offer but is not required to submit a quote.
May 20th, 2026.
8:00 AM -1:00 PM PDT.
U.S. Coast Guard
1 Ediz Hook Rd. Port Angeles, WA 98362
Please E-mail Taela Moye at taela.m.moye@uscg.mil to RSVP for the site visit no later than 5/18/2026. Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at taela.m.moye@uscg.mil with solicitation RFQ number 70Z03326Q2019000001 in subject line. Questions regarding the statement of work (SOW) will be forwarded to the technical expert for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors on solely SAM.gov. No more questions will be answered after 3:00 PM PDT on 05/22/2026. All quotes are due by 2:00 PM (PDT) 05/27/2026.
Do not submit any unnecessary documents, promotional marketing materials, general company history brochures, or generic cover letters. Quotes must contain only the specific information requested below. Extraneous documents will not be evaluated and may be counted against your page limits. Quotes must be submitted electronically to taela.m.moye@uscg.mil by the date and time specified in this solicitation. Incomplete submissions may be considered unresponsive and ineligible for award. A complete submission shall consist of the following three parts:
SF 1449 - Complete and sign the provided Standard Form (SF) 1449. - Insert the total firm-fixed-price bid in the appropriate blocks on the SF 1449.
Price Quotation - A detailed Price Breakdown for the total firm-fixed-price. The Price Breakdown shall not exceed one (1) page. The breakdown must, at a minimum, separate the costs for the following major tasks: - Removal and Disposal of Existing Hoses and Associated Components - Materials & Installation - (2) Electric / Level Winding Fuel Hose Reel Systems with Weatehr Tight Stainless Steel Enclosures (including hardware) - Electrical Work & System Integration - Labor Hours & Wages
Technical Proposal The Technical Proposal shall not contain any pricing information. The Technical Proposal shall not exceed two (2) pages in length. It must provide a clear, concise narrative demonstrating the quoter's understanding of and ability to meet the requirements of the Statement of Work (SOW). The proposal must include:
A step-by-step description of how the quoter will perform the work, including mobilization, demolition, installation of fuel hose systems, and electrical hookup.
A list of the key materials and equipment proposed for the project. This list is for technical evaluation purposes to ensure compliance with the SOW and must include, at a minimum: - Manufacturer and model number for the hose reel systems.
A high-level timeline illustrating the project's major milestones. The schedule must start from the date of the Notice to Award (NTA) and demonstrate that all work, including demobilization and site cleanup, will be completed within the required Period of Performance, with a completion date of July 31, 2026. Milestones should be shown in terms of days from the NTA (e.g., "Removal of Existing Hoses Complete: Day 10," "Hose Reels Installed: Day 20," "Final Acceptance Testing: Day 85"). Submit quotes to the following e-mail address by the offer due date and time zone: Attn: Taela Moye E-Mail Address: taela.m.moye@uscg.mil with solicitation RFQ number 70Z03326Q2019000001 in subject line. It is the government's intent to award to the low cost responsible and responsive offeror who provides the most advantageous, reasonable, and negotiable offer to the government. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in SAM shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov
Background The U.S. Coast Guard requires services for the contractor to provide all personnel, equipment, tools, transportation, supervision, and other items and services necessary to remove and replace the diesel and gasoline hose reels located at the waterfront of USCG AIRSTA Port Angeles. The goal of this contract is to ensure the proper installation of new fuel hose reels that meet safety and operational standards. This acquisition is set-aside 100% for small businesses. Work Details The contractor must provide all personnel, equipment, tools, materials, freight, and other items and services necessary for replacing (1) diesel hose reel and (1) gasoline hose reel. The tasks include: - Removal and disposal of existing hoses and associated components. - Replacement of existing enclosures with stainless steel weather-tight enclosures. - Replacement of (1) 200 ft. diesel fuel hose with 1" diameter. - Replacement of (1) 200 ft. gasoline fuel hose with 1" diameter. - Installation of (2) reel assemblies configured to accommodate a 1" diameter x 200' fuel hose, including a 120V motorized rewind mechanism and explosion-proof switch with wiring from power source to reel assemblies. Approved models are Hannay Reel EPJ models. Place of Performance U.S. Coast Guard Air Station Port Angeles, 1 Ediz Hook Rd., Port Angeles, WA 98362, United States.
| Contact name | Taela Moye |
|---|---|
| Contact email | taela.m.moye@uscg.mil |
| Contact phone | (206) 827-2086 |
| Secondary contact name | Patrick Gittings |
| Secondary contact email | patrick.r.gittings@uscg.mil |
| Secondary contact phone | (571) 610-4474 |
Agency: MICC Joint Base Lewis-McChord
Location: Washington
NAICS: 562998
Agency: DLA Land and Maritime
Location: Washington
NAICS: 332420
Agency: DLA Land and Maritime
Location: Washington
NAICS: 325510
Agency: USFS Region 6: Pacific Northwest Region
Location: Washington
NAICS: 238160