Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
ID: 70Z03326R30496001Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARD

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

TECHNICAL REPRESENTATIVE- PIPE, TUBING, HOSE, AND FITTINGS (L047)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard requires immediate repair and replacement of a broken main water line supplying Station Tillamook Bay, an essential service for fire suppression, sanitation, and cleaning. This justification for other than full and open competition, under Simplified Acquisition Procedures (FAR 13.106-1(b)(1)), cites compelling urgency as the water supply is critical. The estimated cost for this project is $27,051. The City of Garibaldi, identified as the sole source capable of completing the entire repair, including the connection to the city system, offers a cost-minimized solution. Market research indicated private businesses could only address a section of the damage. The price determination was made by comparing the proposed cost with previous purchases.
    The U.S. Coast Guard requires a contractor to replace damaged main water line piping at Station Tillamook Bay, Oregon. This Scope of Work (SOW) outlines the need for all personnel, equipment, and services to excavate, remove old pipe, install new 6" C-900 PVC water main with specific alignment, and restore the site. The contractor must provide a manager, adhere to strict personnel requirements, and comply with all safety and security regulations, including OSHA standards. Work hours are Monday to Friday, 8:00 am to 4:00 pm. Invoicing will be processed through the Invoice Processing Platform (IPP). The government will provide facilities, electricity, and potable water, but the contractor is responsible for all other necessary items. Testing and acceptance of the work will be certified by the contractor and approved by the government's Point of Contact.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCGC MARCUS HANNA DOCKSIDE REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC Marcus Hanna (WLM-554), a 175-foot Keeper Class Coastal Buoy Tender, located in South Portland, Maine. The procurement involves various repair tasks, including fire prevention requirements, inspections and servicing of hydraulic systems, cleaning of vent ducts, and preservation of decks, among others, with an anticipated performance period from May 25, 2026, to August 3, 2026. This opportunity is critical for maintaining the operational readiness and safety of the vessel, which plays a vital role in maritime operations. Interested parties must respond to the Sources Sought Notice by December 8, 2025, at 4:00 PM EST, providing their business size status and relevant documentation to Mr. Jerrod Gonzales and Mr. Iran Walker via email.
    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.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    USCGC THUNDER BAY MDE VERTICAL DRIVE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to FAIRBANKS MORSE, LLC for the repair of the vertical drive assembly on the CGC THUNDER BAY. The procurement involves disassembling components to replace the lower vertical drive bearing, with the contractor responsible for providing all necessary parts, including a vertical shaft and various bearings. This repair is crucial for maintaining the operational readiness of the vessel, and the work is scheduled to take place from December 10, 2025, to December 31, 2025. Interested parties capable of demonstrating that competition would be beneficial to the Government may submit their offers to Ms. Donna O'Neal via email by 8:00 AM Pacific Time on December 9, 2025.
    USCGC Alder Fire Main Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform fire main repair work on the USCGC Alder (WLB 216) in San Francisco, California. The project involves renewing fire main piping and related systems, requiring the contractor to follow specific guidelines for protective measures, fluid handling, and installation of new piping, including labeling and insulation. This work is critical for maintaining the operational readiness and safety of the vessel, with the performance period scheduled between December 2025 and March 2026. Interested contractors, particularly small businesses, should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil for further details and to ensure compliance with all applicable regulations.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    J&A - Only One Source - Unplanned USCG STA BARNEGAT LIGHT (47222) Dry-dock repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure dry-dock repairs for the STA BARNEGAT LIGHT (47222) vessel, which sustained significant damage during search and rescue operations. The repairs are critical as the vessel is a 47C class ship that has recently undergone a Service Life Extension Program (SLEP), and due to ongoing SLEP activities, Birdon America Inc. is the only vendor capable of performing the necessary repairs, as they currently hold the technical data. Interested parties can reach out to Mark Cap at Mark.Cap@uscg.mil or 410-762-6958, or Janet M Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353 for further information regarding this opportunity.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    Drydock (DD) USCG THETIS DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for drydock repairs for the USCGC THETIS (WMEC 910) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing comprehensive drydock repair services, including hull plating, propulsion shafting, and various maintenance tasks, to ensure the vessel's operational readiness. This opportunity is crucial for maintaining the Coast Guard's fleet and ensuring the safety and efficiency of maritime operations. Interested companies must submit their capabilities and relevant documentation to Kaity George at kaity.george@uscg.mil by 1:00 PM EST on December 5, 2026, with the anticipated performance period set from June 15, 2026, to September 12, 2026.