Skip to content
← Back to blog

Set-Aside Pulse: Small-business federal bids posted Feb 6, 2026 (construction, facility services, industrial supply)

Feb 06, 2026Taylor NguyenCapture Strategy Analyst6 min readset aside pulse
small business set-asideRFQFAR Part 36facility servicesconstructionDOD supplyUSACEVAUSCGBidPulsar
Opportunity snapshot
EXTERIOR DOOR REPAIR CGC GREENBRIER
HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSet-aside: SBANAICS: 238350PSC: Z1AA
Posted
2026-02-06
Due
2026-02-19T19:00:00+00:00

Related opportunities

Executive takeaway

This pulse includes a mix of small-business set-aside RFQs: a FAR Part 36 firm-fixed-price construction repair (Coast Guard exterior door repair in Natchez, MS), two service-style facility requirements (VA building energy maintenance; USACE waste pumping and chemical toilet rental with an amendment), and several DOD/Navy supply actions (valve, hoses, packaging separators, roofing materials). If you have tight estimating and fast submittal chops, the near-term closes (Feb 12–13) are “drop-everything” pursuits; the longer-lead supply RFQs may be more forgiving but still require disciplined compliance with schedule, packaging, and any inspection requirements in the attachments.

What the buyer is trying to do

Exterior door repair & refurbishment (US Coast Guard)

The Coast Guard is seeking qualified small businesses to repair and refurbish exterior doors at the CST & UPH Mult mission Building for the U.S. Coast Guard Cutter Greenbrier location in Natchez, Mississippi. The notice states this is a combined synopsis/solicitation under FAR Part 36 and will result in a firm-fixed-price construction contract awarded on a lowest price technically acceptable basis.

Building energy maintenance services (VA)

The VA (Mann-Grandstaff VA Medical Center, Spokane, WA) is soliciting building energy maintenance services under a combined synopsis/solicitation (commercial services) with an issued Amendment 0001. Offerors are responsible for reviewing the attached solicitation and amendment for full requirements and submission instructions.

Waste pumping & chemical toilet rental (USACE)

USACE Portland is acquiring waste pumping services and chemical toilet rental for the Willamette Valley Project. The agency posted Questions & Answers and Amendment 0001 correcting quantities/unit measures and adding septic tank pumpings to Option Year 2 (specific CLINs/SLINs noted in the notice). Priced proposals must be emailed (no hard copies) and the solicitation requires compliance with the FAR 52.219-14 limitation on subcontracting (minimum 50% self-performed).

Supply buys (DOD / BOP)

Several supply actions are present: a packaging material requirement for separators in sheet form to MIL-PRF-50449; a Navy procurement for two 16-inch valves tied to a technical data package; a Navy hose requirement referencing specific manufacturer part numbers and government source inspection; and a Bureau of Prisons RFQ for roofing materials with strict quote submission and signature requirements.

What work is implied (bullets)

  • USCG exterior door repair (RFQ 70Z02926QNEWO000002): Coordinate with the Coast Guard; perform exterior door repair and refurbishment per the attached Statement of Work (including any illustrations/specifications and any site-visit details in attachments); price as firm-fixed-price construction under FAR Part 36; comply with Department of Labor wage rates for construction included in the order.
  • VA building energy maintenance (RFQ 36C26026Q0209): Provide building energy maintenance services in Spokane, WA per SOW and Amendment 0001; follow attached instructions and incorporated FAR/VAAR clauses; maintain active SAM registration at submission.
  • USACE waste pumping & chemical toilet rental (RFQ W9127N26QA020): Use the provided combo document and CLIN/SLIN spreadsheet (including revised attachments); incorporate Amendment 0001 updates (corrected quantities/UOM; added pumpings in Option Year 2); submit priced proposal via email as instructed; plan to self-perform at least 50% of the work per FAR 52.219-14.
  • Army separators (RFQ W911S226U2550): Supply “Filler Side and End, Separators (Sheet Form)” in accordance with MIL-PRF-50449.
  • Navy valve (RFQ N0010425QBZ26): Supply NSN 7H-4820-016426198-X5, quantity 2; deliver to DLA Distribution locations in Pennsylvania and California; ensure compliance with technical data package rights and any solicitation set-aside clause that ultimately appears in the solicitation.
  • BOP roofing materials (RFQ 15B11926Q00000004): Quote exact measurements and components specified; complete SF 1449 blocks as instructed and attach quote sheets; include UEI in specified locations; provide original signatures; submit by email only (no fax/hand-delivery).
  • Navy hose/drive motor hose (RFQ N0010426QAB34): Manufacture/meet requirements for specified hose part numbers; account for government source inspection (FAR 52.246-2); note award basis is total dollar value across multiple CLINs (not individual unit price).

Who should bid / who should pass (bullets)

  • Bid if:
    • You are an active small business in SAM and squarely fit the cited NAICS (e.g., 238350 for specialty door-related construction; 238220 for building energy maintenance; 562991 for pumping/waste services; and the supply NAICS listed where provided).
    • You can meet the submission mechanics (email-only quotes; required forms; original signatures where required; correct spreadsheets completed).
    • You can execute coordination and access requirements (especially the Coast Guard repair scope and any site visit logistics stated in attachments).
    • For USACE waste pumping: you can credibly self-perform at least 50% of the work (limitation on subcontracting).
    • For Navy hose: you can handle government source inspection and build exactly to the referenced part numbers/requirements.
  • Pass if:
    • You cannot meet near-term due dates (some close Feb 12–13) with a compliant package.
    • You would need to subcontract most of the labor on the USACE waste pumping requirement (conflicts with the 50% self-perform requirement noted).
    • You cannot provide the exact specified items/part numbers (BOP roofing materials “exact measurements and components”; Navy hose part numbers; separators to MIL-PRF-50449).
    • You are not prepared to work under FAR Part 36 construction wage rate requirements for the USCG repair.

Response package checklist

  • All opportunities:
    • Active SAM registration at time of submission (explicitly stated in multiple notices).
    • Follow the RFQ instructions in the solicitation/attachments (several notices state the announcement is the only solicitation and attachments control).
    • Verify evaluation factors and required technical/past performance content in attachments.
  • USCG exterior door repair (70Z02926QNEWO000002):
    • Quote formatted per FAR Part 36 RFQ instructions (verify in attachments).
    • Technical acceptability response mapped to SOW specs and illustrations (verify in attachments).
    • Past performance information (as requested; verify format in attachments).
    • Acknowledgment of applicable FAR provisions/clauses and construction wage rates included in order.
  • VA building energy maintenance (36C26026Q0209):
    • Incorporate Amendment 0001 (verify what changed in the amendment attachment).
    • Offer/quote submission per the attached solicitation instructions (verify in attachments).
  • USACE waste pumping (W9127N26QA020):
    • Completed WVP Waste Pumping Combo Doc (as required in notice).
    • Completed/priced Attachment 7 CLIN & SLIN spreadsheet (REV1 referenced in notice).
    • Acknowledgment of Amendment 0001 and use of updated attachments/PWS Rev1 (as cited).
    • Statement demonstrating compliance with FAR 52.219-14 (minimum 50% self-performed).
  • BOP roofing materials (15B11926Q00000004):
    • Completed SF 1449 blocks 17a, 20, 30a, 30b, 30c.
    • Quote sheets completed with offeror name and UEI in header; email address and UEI in block 20.
    • Original signatures on quotes submitted.
    • Email submission only; no fax/hand-carried quotes.
  • Navy hose (N0010426QAB34):
    • Compliance with government source inspection (FAR 52.246-2) and any schedule details (delivery days TBD in snippet—verify in solicitation).
    • Pricing across multiple CLINs with awareness award is based on total dollar value.
    • Conformance to specified part numbers listed in the notice.

Pricing & strategy notes (how to research pricing; do not invent pricing numbers)

  • Start with the unit of competition: LPTA for the USCG construction repair means your job is to be clearly technically acceptable and then be cost-competitive. For USACE and BOP, scrutinize whether award is “best value” and how past performance is weighed (BOP explicitly notes past performance is approximately equal to price).
  • Use the buyer’s spreadsheets/forms as your pricing backbone: USACE requires pricing in the CLIN/SLIN spreadsheet; treat that file as the controlling schedule for what gets evaluated.
  • Anchor pricing to compliance risk: Where exact measurements/components are required (BOP roofing materials), price only what you can source and deliver exactly as specified. Nonconformance becomes “expensive” if it triggers rejection or negative past performance.
  • Account for inspection and delivery complexity: Government source inspection (Navy hose) and split delivery locations (Navy valve) increase execution cost. Build those logistics into your quote rather than trying to “win it back” later.
  • Construction wage rates: For the Coast Guard repair, confirm which Department of Labor wage determinations apply in the attachments and ensure labor pricing aligns.

Subcontracting / teaming ideas

  • USCG exterior door repair: If the SOW includes specialized hardware, coatings, or glazing tasks (verify in attachments), consider a specialty subcontractor for that discrete portion while keeping prime control of site coordination and overall install quality.
  • VA building energy maintenance: If the SOW spans multiple trades (verify in attachments), line up on-call specialty support for peak demand periods—ensure your approach still presents a unified, accountable service model.
  • USACE waste pumping: Because the solicitation calls out a minimum 50% self-perform requirement, structure teaming carefully—keep the core pumping schedule and staffing in-house, and use subs only for limited overflow or niche support consistent with FAR 52.219-14.
  • Supply buys: For MIL-PRF items and manufacturer part-numbered hoses, teaming may be less about labor and more about authorized distribution or reliable manufacturing capacity—align early with sources that can provide traceability and meet any inspection/packaging needs described in the solicitation.

Risks & watch-outs

  • Attachment-driven requirements: Multiple notices state the solicitation is “the only solicitation” and that provisions, clauses, SOW/PWS, and evaluation criteria are attached. Missing a required attachment deliverable is a common lose condition.
  • Tight turnaround deadlines: Several close dates are within a week. If you need site visits (USCG suggests site-visit coordination info is in attachments), schedule immediately.
  • Form and signature compliance: BOP roofing materials requires specific SF 1449 blocks and original signatures; noncompliant submissions risk rejection.
  • Amendment incorporation: VA has Amendment 0001; USACE posted Q&A and Amendment 0001 with quantity/UOM corrections and option-year additions. Failure to acknowledge/use updated schedules is a frequent compliance failure.
  • Self-perform requirement: USACE explicitly calls out FAR 52.219-14 and minimum 50% self-performed—plan staffing and equipment accordingly.
  • Inspection requirement: Navy hose includes government source inspection (FAR 52.246-2). If you haven’t supported GSI before, confirm your facility readiness and lead times.
  • Delivery locations: Navy valve includes two separate DLA distribution ship-to points; validate freight and handling assumptions in your quote.

Related opportunities

How to act on this

  1. Pick 1–2 pursuits that match your current capacity and compliance confidence (watch the Feb 12–13 deadlines).
  2. Open the attachments first and build a one-page compliance matrix (deliverables, forms, amendments, pricing sheets).
  3. Confirm submission method (email-only is common here; BOP also rejects fax/hand-carried quotes).
  4. Draft your technical acceptability narrative strictly to the SOW/PWS requirements (verify details in attachments).
  5. Price directly into the required schedule (especially the USACE CLIN/SLIN spreadsheet) and validate logistics/inspection impacts.

If you want a second set of eyes on compliance, bid/no-bid positioning, and a fast-turn response plan, consider support from Federal Bid Partners LLC.

Related posts