Opportunity

SAM #70Z03326Q2019000001

Diesel and Gasoline Hose Reel Replacement at USCG Air Station Port Angeles

Buyer

USCG Base Seattle

Posted

May 05, 2026

Respond By

May 27, 2026

Identifier

70Z03326Q2019000001

NAICS

238290, 238210

The U.S. Coast Guard is seeking a contractor to replace diesel and gasoline hose reels at Air Station Port Angeles. - Government Buyer: - U.S. Coast Guard, Department of Homeland Security - Contracting office: US Coast Guard Base Seattle - Place of performance: USCG Air Station Port Angeles - OEMs and Vendors: - Hannay Reels (approved model: EPJ) specified for hose reel systems - Products/Services Requested: - Replacement of one diesel hose reel and one gasoline hose reel - Each reel includes electronic winding capability, level-wind arms, weather-tight stainless steel enclosure, 200 ft. of 1-inch diameter fuel hose, explosion-proof switch, and wiring - Hannay Reel EPJ model approved - Removal and disposal of existing hoses and components in compliance with environmental regulations - Installation and integration of new systems, including electrical work - Unique/Notable Requirements: - Mandatory site visit for all offerors - Safety compliance with OSHA standards required - Acquisition set aside for small businesses - Offerors must provide manufacturer and model numbers for proposed hose reels - Contract period not to exceed 30 calendar days from award

Description

DESCRIPTION OF REQUIREMENT: 

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.

Project Address:

U.S. Coast Guard

Air Station Port Angeles 1 Ediz Hook Rd. Port Angeles, WA 98362

United States

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.

Site Visit Dates: May 20th, 2026.

Site Visit Time(s): 8:00 AM -1:00 PM PDT.

Location: U.S. Coast Guard

Air Station Port Angeles 1 Ediz Hook Rd. Port Angeles, WA 98362 United States

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. 

SUBMISSION OF QUOTES

Prohibition on Extraneous Material: 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:

Part 1: 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.

Part 2: 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:

<ul>
    <li>
    <p>Removal and Disposal of Existing&nbsp;Hoses and Associated Components</p>
    </li>
    <li>
    <p>Materials &amp; Installation</p>
    </li>
    <li>
    <p>(2) Electric / Level Winding Fuel Hose Reel Systems with Weatehr Tight Stainless Steel Enclosures (including hardware)</p>
    </li>
    <li>
    <p>Electrical Work &amp; System Integration</p>
    </li>
    <li>
    <p>Labor Hours &amp; Wages</p>
    </li>
</ul>
</li>

Part 3: 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:

Technical Approach: A step-by-step description of how the quoter will perform the work, including mobilization, demolition, installation of fuel hose systems, and electrical hookup.  List of Major Materials and Equipment: 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:

<ol>
    <li>
    <p>Manufacturer and model number for the hose reel systems.</p>
    </li>
</ol>
</li>
<li>
<p><strong>Project Schedule:</strong>&nbsp;A high-level timeline illustrating the project&#39;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&nbsp;<strong>within the required Period of Performance, with a completion date of July 31, 2026</strong>.&nbsp;Milestones should be shown in terms of days from the NTA (e.g., &quot;Removal of Existing Hoses Complete: Day 10,&quot; &quot;Hose Reels Installed: Day 20,&quot; &quot;Final Acceptance Testing: Day 85&quot;).</p>
</li>

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

View original listing