Replace Roofs, U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140.
Sources Sought from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: WI. Response deadline: Apr 01, 2026. Industry: NAICS 238160 • PSC Z2JZ.
Market snapshot
Awarded-market signal for NAICS 238160 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 20 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238160
Description
This is a SOURCES SOUGHT NOTICE to identify firms capable of performing Replace Roofs, U.S. Coast Guard Station Building Kenosha, Kenosha, WI 53140. Major work items include but are not limited to: Remove existing asphalt roof down to existing roof sheathing and provide new asphalt roof system at Station Building’s main roof area (approximately 32-foot by 46-foot), addition roof area (approximately 46-foot by 46-foot), and existing porch roof area (approximately 10-foot by 30-foot) and Boat House roof replacement, approximately 45-foot by 60-foot plan square footage; Mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $25K and $100K. The NAICS for this project is 238160 with a Small Business Size Standard of $19.0M. At a minimum, the prime contractor will be required to perform 25 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG Base Cleveland no later than April 01, 2026. The information may be submitted via email to the Contracting Officer at timothy.g.arnold@uscg.mil . Responses shall include the following information: Reference number70Z03026BCLEV0036, company name, address, SAM Unique Entity ID, point of contact, phone number, email address; and, the following information (items (a) through (f)). Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement:
- A positive statement of your intent to submit a bid on this solicitation as a prime contractor.
- A statement identifying your certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned).
- Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers.
- Statement that your firm has/has not previously performed work under this NAICS as a prime contractor.
- Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals.
- State the number and occupations of employees in your firm.
- NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS. When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website. The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate for this procurement.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.