Loading...
67100_TCCM_2026_0001
Response Deadline
Jun 1, 2026, 3:00 PM(EDT)31 days
Eligibility
Contract Type
Special Notice
The United States Coast Guard (USCG) Training Center Cape May (TCCM) is issuing this Request for Information (RFI) for market research purposes to identify qualified vendors capable of providing comprehensive exterior pressure washing and debris cleaning services for designated buildings at TCCM. This requirement includes comprehensive cleaning of all exterior surfaces, gutters, sidewalks, and associated areas, as well as daily debris removal and full site restoration as detailed in the Statement of Work
(SOW). The objective is to ensure a safe, sanitary, and professional environment by maintaining the cleanliness and appearance of facility exteriors. This RFI seeks information on vendor capabilities, experience, best practices, maintenance protocols, technical support, risk mitigation strategies, logistics, timeframe for completion, and cost-effective solutions for ongoing services. The information gathered will assist the Coast Guard in developing a comprehensive acquisition strategy for pressure washing
services.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210.
Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary. The Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses, and if the USCG decides to proceed with the
acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. Interested parties are responsible for monitoring the Contract Opportunities website.
Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.
No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.
Request: If your organization has experience in providing exterior pressure washing services and the capabilities to meet the requirements described in the attached SOW, please provide the following information:
1. Organization name
2. Address
3. Website
4. Point of contact name
5. Point of contact email address
6. Point of contact telephone number
7. Socioeconomic status
8. Unique Entity Identifier
9. What information and/or resources would you typically need from the government to perform this effort?
10. Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically
sourced contracts for these types of requirements that the USCG
can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information.
11. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)?
12. Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI.
13. Address the particulars of this effort by demonstrating the organization's and staff's capability, including the following supported by documentation:
Cost Structure and Pricing Approach: Please describe your typical cost structure and pricing methodology for projects of this nature (e.g., per building, per square foot, fixed price for all buildings). Include a discussion of any factors that may influence pricing, such as seasonal considerations, mobilization costs, material costs, or other variables relevant to the performance of these services
14. If significant subcontracting or teaming is anticipated, describe the proposed logistical, administrative, and management structure, including:
Site Visit: A site visit has been scheduled for all interested parties to view the designated buildings and surrounding areas at USCG Training Center Cape May. The site visit will provide an opportunity to assess building exteriors, access points, and logistical considerations. The site visit will be held on Wednesday, May 13, 2026. Attendees are encouraged to review the SOW and environmental documents in advance and bring questions regarding logistics, access, and environmental compliance. The Government Point of Contact (POC) for the scheduled site visit will be Dermont Ratzel, Dermont.W.Ratzel@uscg.mil. All interested parties must RSVP to the POC by COB Friday, May 8, 2026.
Base Access Requirements: Contractors requesting access to TRACEN Cape May shall obtain the required Visitor Access Form from the designated Government Point of Contact (POC) and submit the completed form to the POC at least 72 hours prior to the visit. The POC will forward the form for review and approval by the Command Security Officer (CSO). Failure to submit the form within the required timeframe may result in delays or denial of access.
Contractors must pass a background check and present a Real ID or valid driver’s license with a secondary form of ID, along with valid vehicle registration and insurance. If a contractor cannot meet these requirements, they must be escorted by a CAC holder throughout their visit, which may cause delays or denial of access if no escort is available.
For questions regarding visitor access, contact the designated Government POC.
Submission Instructions: Interested parties are invited to submit a response to the above questions by 1100EST June 1, 2026. Please submit responses in PDF or MS Word format. All responses and questions regarding this RFI must be emailed to Brian LaMoria, brian.g.lamoria@uscg.mil.
Attachments:
SOW_Power Washing_TCCM
Reference 1- TRACEN Cape May Stormwater Permit
Reference 2- TRACEN Cape May Stormwater Pollution Prevention Plan
Reference 3- USCG Stormwater Management Job Guide 2023
Brian LaMoria
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SPECIAL MISSION TRAINING CENTER (SM
SPECIAL MISSION TRAINING CENTER (SM
BB-329 COURTHOUSE BAY, SUPPLY DEPT
CAMP LEJEUNE, NC, 28542
NAICS
Facilities Support Services
PSC
HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)