Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
ID: 70Z0G126BCGA0TL02Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU PROVIDENCE(000G1)WARWICK, RI, 02886, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.

    Point(s) of Contact
    Simon W. Leung, Contracting Officer
    (571) 610-2795
    simon.w.leung@uscg.mil
    Files
    Title
    Posted
    The Invitation for Bid (IFB) 70Z0G126BCGA0TL02, issued by the U.S. Coast Guard, seeks contractors to replace approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, CT. This 100% Total Small Business Set-aside project, estimated between $1,000,000 and $5,000,000, requires contractors to provide all necessary labor, materials, and equipment while maintaining power. Key dates include a questions due date of December 17, 2025, and bids due by January 6, 2026. The contract requires a 20% bid guarantee, 100% performance and payment bonds, and commencement of work within 10 calendar days of notice to proceed, with completion by December 31, 2026. Funds are not currently available, and the government reserves the right to cancel the solicitation. Contractors must comply with various federal regulations, including those concerning labor standards, insurance, and electronic payment submissions via the Invoice Processing Platform (IPP).
    This government file details an electrical infrastructure upgrade project broken into five work packages. The project involves installing a new emergency power distribution system, including a generator connection box, transfer switch, and standby distribution panel to support critical equipment across various floors. It also covers replacing and relocating transformers S2 and S5 in the basement to improve ventilation and working clearances. A significant phase involves a 7-day building shutdown to replace the existing main switchgear and service entrance feeders. Further work includes replacing the Motor Control Center in the penthouse with a 600-ampere power panel and upgrading/replacing remaining electrical panels and feeders throughout the building, often requiring retrofit kits and off-hours scheduling to minimize disruption. The project emphasizes strict adherence to national electrical codes, safety regulations, and extensive coordination with the Contracting Officer Representative (COR) for all planning, staging, and execution.
    The U.S. Coast Guard Academy in New London, CT, is undertaking Project No. 27641871 to replace Federal Pacific electrical panels in Smith Hall. This project involves a comprehensive overhaul of existing electrical infrastructure, including switchboards, motor control centers, transformers, and associated feeders. Beyond electrical work, the scope extends to significant architectural modifications such as the removal of a reinforced concrete low wall, wood cap, terrazzo cove base, and existing vertical lift, followed by the installation of a new curved monumental stair and an inclined wheelchair lift system. The project emphasizes strict adherence to safety protocols, including OSHA requirements, hot work permits, and confined space procedures. Work is restricted to specific hours and dates, with coordination required to minimize disruption to government personnel. The contractor must manage waste according to federal and state environmental laws and provide comprehensive documentation, including schedules, submittals, and daily reports. Quality assurance, product requirements, and a one-year warranty on construction are also critical components of this extensive renovation.
    General Decision Number: CT20250024 outlines prevailing wage rates for building construction projects in New London County, Connecticut, effective August 15, 2025. This decision supersedes CT20240024 and excludes single-family homes or apartments up to four stories. It mandates adherence to the Davis-Bacon Act and relevant Executive Orders, specifying minimum wage rates of $17.75 per hour for contracts entered into on or after January 30, 2022 (EO 14026) and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022 (EO 13658). These rates are subject to annual adjustment. The document details wage and fringe benefit rates for various trades, including insulators, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, plumbers, roofers, sheet metal workers, and truck drivers. It also references Executive Order 13706, requiring paid sick leave for federal contractors. The file provides guidance on wage determination appeals, distinguishing between union, union average, survey, and state-adopted rates.
    Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a bidder will enter into a contract if their bid is accepted. It outlines the obligations of the Principal (bidder) and Surety(ies) to the United States Government. The bond ensures that if the Principal fails to execute required contractual documents and provide further bonds after bid acceptance, they will compensate the Government for any increased costs in procuring the work. The form also details conditions regarding extensions of bid acceptance time, the penal sum of the bond, and specific instructions for completing the form, including requirements for corporate and individual sureties. This document is crucial for ensuring contractor responsibility and financial security in government procurements, covering construction, supplies, or services.
    Similar Opportunities
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing flooring, seating, tables, wall wainscoting, and dividers in the auditorium space, with a requirement for the contractor to commence work within ten days of receiving the notice to proceed and complete the project by August 31, 2026. This procurement is significant as it supports the maintenance and functionality of essential facilities at the Academy, with an estimated contract value between $500,000 and $1,000,000. Interested small businesses must register in the System for Award Management (SAM) and can access solicitation documents starting November 12, 2025, with bids due by December 12, 2025, at 2:00 PM. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Open, Inspect, Report and Overhaul of Circuit Breakers
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of circuit breakers, identified by NSN 5925-01-583-8452 and part number MDS6163WEA-1652ANAA6YNNNAX. The procurement aims to restore these critical components used in the U.S. Coast Guard's Medium Endurance Product Line to operational standards, ensuring reliability and safety in their applications. Interested vendors must provide a firm fixed price for inspection and repair services, with delivery required by June 10, 2026, to the Coast Guard's facility in Baltimore, MD. Quotes are due by December 5, 2025, and inquiries should be directed to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    Full Food Service at the Coast Guard Academy
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is preparing to issue a solicitation for a Full Food Service contract at the Coast Guard Academy located in New London, Connecticut. This contract will encompass comprehensive food service operations, including meal preparation, serving, and cleanup, to support the Academy's daily activities. The anticipated contract will be structured as a Firm Fixed Price (FFP) agreement with a base year and four option years, highlighting the importance of reliable food services in maintaining the Academy's operational efficiency. Interested vendors should monitor both SAM.gov and DHS Marketplace for the formal solicitation, expected to be released in approximately two weeks, and can direct inquiries to Maeve Schaeffer at Maeve.M.Schaeffer@uscg.mil.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the roof repair project at the Coast Guard Station Fairport located in Grand River, Ohio. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to remove, replace, and seal a flat section of the roof, with a completion period of 45 calendar days. This procurement is crucial for maintaining the operational integrity of the facility and is estimated to be under $25,000. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details, and site visits are encouraged to ensure accurate quoting. The due date for offers will be established upon issuance of the Request for Quote, with all relevant documents available on SAM.gov.
    USCG SLEDGE FIRE ALARM SERVICE REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the fire alarm system aboard the USCGC SLEDGE from the obsolete Notifier AFP 200 to the Notifier AFP 320. The contractor will be responsible for providing all necessary labor, materials, and tools to renew the fire alarm system components, ensuring compliance with specified standards, and conducting system tests and training for the ship's crew upon completion. This upgrade is critical for maintaining safety and operational readiness aboard the vessel, with work to be performed at the Coast Guard facility in Baltimore, Maryland, within a 14-day period following the commencement of the contract. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further details.