POTABLE WATER MAIN RUPTURE REPAIR AND REPLACEMENT AT USCG SECTOR ST. PETERSBURG
ID: 37130PR250000047Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE MIAMI(00028)MIAMI, FL, 33132, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair and replace a ruptured potable water main at the USCG Sector St. Petersburg in Florida. The project involves comprehensive services including excavation, inspection, repair, and disposal of damaged materials, with a focus on adhering to environmental regulations and safety protocols throughout the process. This fixed-price contract is designated as a Total Small Business Set-Aside, emphasizing the importance of maintaining essential infrastructure while ensuring compliance with federal standards. Proposals must be submitted by April 10, 2025, with a site visit scheduled for March 25, 2025, and interested parties can contact CWO Justin H. David at justin.h.david@uscg.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 6:07 PM UTC
The United States Coast Guard Sector St. Petersburg is issuing a Request for Proposals (RFP) for the repair of a ruptured potable water supply main. Qualified firms are encouraged to inspect the site prior to submission to understand the scope of work fully. Key responsibilities include repairing a 1½” copper nickel water main, handling excavation, disposal of refuse as per regulations, and ensuring continuity of facility operations during repair work. Contractors must comply with OSHA standards, maintain a clean site, and adhere to strict safety regulations. Notification of project timelines and personnel identification is crucial. All construction must be performed in compliance with local, state, and federal laws, with modifications subject to the Contracting Officer's approval. The project underscores the Coast Guard’s commitment to maintaining essential infrastructure while ensuring safety and environmental stewardship throughout the repair process.
Mar 18, 2025, 6:07 PM UTC
The document outlines a combined synopsis/solicitation for a fixed-price contract to repair a ruptured potable water main at the USCG Sector St. Petersburg. The solicitation, designated as a Small Business Set-Aside, invites proposals highlighting labor, materials, and past performance documents. Proposals must be submitted by April 10, 2025, with a site visit scheduled for March 25, 2025. Contractors are responsible for comprehensive site management, including excavation, inspection, repair, disposal of damaged materials, and environmental compliance. Key requirements include conducting inspections during repairs, maintaining storm protection measures, and ensuring safety protocols. The scope also stipulates that materials must meet federal standards, with all work subject to contracting officer approval. Vendors must have active registrations in SAM, with specified NAICS codes included in their profiles. The information emphasizes transparency in the procurement process and the importance of adhering to federal regulations throughout the project. The anticipated award date is approximately 10 business days after the solicitation closes, reflecting the government’s focus on efficient procurement and execution in infrastructure maintenance.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
Buyer not available
The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
Design-Build Sitka Waterfront Improvements (Sitka, AK)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative aims to design and construct a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with associated infrastructure, to enhance operational capabilities for the Coast Guard. The project encompasses a base item and several optional enhancements, including a Boat Bay Maintenance Facility and a floating dock for Fast Response Cutters, reflecting the importance of modernizing maritime facilities to support U.S. Coast Guard operations. Interested contractors must submit their proposals by May 7, 2025, with a pre-proposal site visit scheduled for March 19, 2025; the total estimated project value is approximately $48 million. For further inquiries, contact Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil.
CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
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.
USCG Station New Orleans Sewage Pump replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the sewage pump at the Coast Guard Station in New Orleans, Louisiana. The project involves the installation of a new sewage pump, associated piping, and the diagnosis and repair of electrical issues related to float switches and relays. This procurement is critical for maintaining the operational efficiency of the facility's sewage system, ensuring compliance with plumbing and electrical codes. Interested small businesses must submit their quotes by 3:00 PM CST on May 12, 2025, and are encouraged to conduct a site visit prior to bidding; all inquiries should be directed to Belinda A. Robinson at belinda.a.robinson@uscg.mil.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.