REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
ID: 70Z0G125BSYN00010Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers with natural gas-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project aims to enhance energy efficiency and operational reliability at a critical facility, with an estimated construction cost between $500,000 and $1,000,000. This total small business set-aside opportunity requires contractors to submit bids by March 6, 2025, including a 20% bid guarantee, performance and payment bonds, and compliance with various federal regulations. Interested bidders should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, and are encouraged to attend the site visit scheduled for February 21, 2025.

    Point(s) of Contact
    Nadine Provost, Contract Specialist
    (401) 736-1766
    Nadine.M.Provost@uscg.mil
    Simon W. Leung, Contracting Officer
    (401) 736-1785
    simon.w.leung@uscg.mil
    Files
    Title
    Posted
    The U.S. Coast Guard has issued a solicitation for bids under Solicitation Number 70Z0G125BSYN00010 to replace oil-fired boilers with natural gas-fired boilers at the MAT Building, ANT New York, Bayonne, NJ. The bids are due by March 6, 2025, and a 20% bid guarantee is required. This project is a total small business set-aside with an estimated construction cost between $500,000 and $1,000,000. Contractors must include all applicable federal, state, and local taxes in their bids. Performance and payment bonds are mandatory, and contractors must commence work within ten days following the notice to proceed and complete the project within a specified timeframe. Additionally, the contract requires insurance coverage, adherence to environmental standards, and compliance with various federal regulations. Interested bidders are encouraged to visit the site and submit any questions by February 24, 2025. Overall, this opportunity aims to enhance energy efficiency at a critical Coast Guard facility while supporting small business participation in federal contracting.
    This document is an amendment to a government solicitation (Amendment 00001), issued by the USCG Civil Engineering Unit Providence, referencing CONTRACT ID 70Z0G125BSYN00010. The amendment's effective date is February 17, 2025, and the purpose is to establish a second site visit, extend the due date for submitting questions, and respond to a contractor inquiry. The second site visit is scheduled for February 21, 2025, in Bayonne, NJ, and the deadline for questions is now February 26, 2025, by 4:00 p.m. The bid opening remains set for March 6, 2025, at 2:00 p.m. Additionally, the amendment addresses a contractor's difficulty in contacting utility representatives from Public Service Energy Group, clarifying that the Government has provided the contact details as a courtesy for coordination during construction. The document maintains all original terms and conditions, except as modified by this amendment. This amendment reflects typical procedures in managing federal contracts, especially regarding site visits and inquiries, which are vital for ensuring clarity and compliance in the procurement process.
    This document is an amendment (00002) to the original solicitation (70Z0G125BSYN00010) issued by the USCG Civil Engineering Unit in Providence, Rhode Island, regarding a project identified as 13920142. The amendment, effective February 18, 2025, clarifies a previous inquiry regarding the attendance of PSEG representatives at a site visit. The amendment informs potential offerors that PSEG representatives will not attend, as the government has already prepared the necessary plans and specifications in accordance with the utility company’s requirements. The amendment stipulates that all terms and conditions from the original solicitation remain unchanged unless otherwise modified. Offerors must acknowledge receipt of the amendment to ensure their proposals are considered. This amendment reflects the government's communication and amendment processes within the context of federal RFPs and contract modifications, emphasizing the importance of clarity and adherence to procedural requirements.
    The U.S. Coast Guard (USCG) is undertaking a project to replace boilers in the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The scope includes removing two existing oil-fired cast iron boilers and a 2000-gallon above-ground storage tank, replacing them with natural gas-fired condensing boilers along with necessary piping, supports, and insulation. A significant aspect of the project is to provide temporary heating throughout the construction phase. The project comprises a detailed set of specifications and drawings for installation processes, required materials, and operation safety measures. Key elements include a mechanical system designed to meet existing heating demands while optimizing energy efficiency and ensuring compliance with federal, state, and local regulations. The contractor must also maintain site safety for the USCG personnel and the public while adhering to environmental protection standards and minimizing disruptions to ongoing facility operations. This initiative underscores the USCG's commitment to enhancing operational efficiency and infrastructure reliability while prioritizing safety and regulatory compliance.
    The document outlines the replacement of oil-fired boilers at the United States Coast Guard (USCG) Auxiliary Navigation Team (ANT) facility in Bayonne, NJ. The project involves removing two existing 650 MBH cast iron boilers, a double-walled steel above-ground storage tank, and associated piping, and installing new gas-fired condensing boilers. It emphasizes maintaining operational integrity at the active USCG site throughout construction, requiring careful scheduling and coordination with ongoing operations. Key requirements include ensuring safety, compliance with federal and local regulations, a comprehensive project schedule, and thorough documentation of work phases. The document specifies detailed procedures for submittals, including construction schedules, safety plans, and operation manuals, that must be approved to facilitate smooth project execution. Additionally, it mandates temporary heating provisions if needed, adhering to the Buy American Act, while outlining safety protocols, including those related to utility disruptions and construction activities. Overall, the document serves to guide contractors in effectively managing the boiler replacement project with minimal disruption to USCG operations while ensuring compliance with stringent safety and regulatory standards.
    The document outlines federal and state RFPs (Requests for Proposals) and grants, aiming to guide applicants in securing funding for various projects. Key topics include eligibility criteria, application processes, and the requirements for submitting proposals. The content emphasizes the importance of demonstrating capability and complying with regulatory standards while addressing specific community or governmental needs through the proposed projects. Furthermore, it details the evaluation criteria, which typically encompass project feasibility, budget clarity, and alignment with funding priorities. Central ideas stress the necessity of strategic planning and the inclusion of measurable outcomes to assess project success. Additionally, the document likely underscores the need for collaboration with stakeholders and a thorough understanding of the funding agency’s objectives. Overall, effective grant and proposal writing is presented as a critical skill for securing funding, particularly in a competitive environment where many applicants vie for limited resources. This guidance is essential for those in local government and nonprofit organizations looking to launch initiatives that require financial support.
    The document is a Bid Bond form, Standard Form 24, which facilitates the submission of a bid in government contracting for construction, supplies, or services. It outlines the responsibilities of the Principal and Surety, confirming their obligation to the U.S. Government in the amount specified. The bond becomes void if the Principal accepts the bid and submits the required contractual documents and further bonds within the designated time frames. It details provisions regarding the penalties involved should the Principal fail to execute the contract or provide adequate bonds. Additional instructions clarify necessary conditions for Sureties, including corporate seals and liability limits, while noting that any deviations from the established form require written approval. This form is integral to federal Request for Proposals (RFPs) and grants, ensuring the commitment and financial reliability of bidders by mandating bonds that protect the government against default during contract execution. The form is authorized for local reproduction and is valid until its expiration date of January 31, 2027, in accordance with the Paperwork Reduction Act, which addresses the estimated time for completion and submission.
    Similar Opportunities
    FIRE ISLAND INSULATION PROJECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Fire Island Insulation Project, which involves boiler and pressure vessel services at designated locations. The procurement requires contractors to provide inspection, certification, and maintenance services, ensuring compliance with federal safety regulations and the development of a Quality Control Plan (QCP). This project is critical for maintaining operational efficiency and safety standards within U.S. Coast Guard facilities. Interested parties can contact Jeffrey Deming at JEFFREY.N.DEMING@USCG.MIL or 203-468-4526, or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL or 571-608-4843 for further details.
    Design/Build Construction for Recapitalize Central Steam Distribution System at USCG Academy, New London, CT
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for a Design/Build project aimed at recapitalizing the Central Steam Distribution System at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing existing steam and condensate piping throughout the Academy campus, including various mechanical rooms, and requires contractors to provide all necessary labor, materials, equipment, and quality control services. This initiative is critical for maintaining the Academy's infrastructure and ensuring operational efficiency, with an estimated project cost between $20 million and $25 million. Interested contractors must submit their proposals by February 25, 2025, and can direct inquiries to Yolanda Davis at Yolanda.L.Davis@uscg.mil or Sharan A. Lind at Sharan.A.Lind@uscg.mil.
    70Z03025QCLEV0038 - U.S Coast Guard Station Erie Fuel Farm Repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking bids for the repair of the Fuel Farm at Coast Guard Station Erie in Pennsylvania. The project aims to modernize the facility by replacing outdated fuel dispensing equipment, including the installation of a new dual fuel dispenser, repairing cement cracks, and ensuring compliance with safety regulations. This procurement is crucial for maintaining operational efficiency and safety standards at the station. Interested contractors must submit their proposals, including a complete solicitation package, by the specified deadline, and can direct inquiries to Amanda D. Tobin at Amanda.D.Tobin@uscg.mil or by phone at 571-610-3904.
    DC SHOP ROOF REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the roof replacement project at the Sector Field Office located in East Moriches, New York. The scope of work includes the removal of the existing roof and plywood, installation of new materials, and the addition of a heating system, roof vents, and stainless steel chimney caps, all while ensuring minimal disruption to facility operations. This project is crucial for maintaining the integrity and safety of the Coast Guard's facilities during renovations. Interested contractors should contact Dakota Sheppard at 228-731-1866 or via email at DAKOTA.J.SHEPPARD@USCG.MIL for further details and to discuss scheduling, as adherence to safety and operational standards is paramount throughout the process.
    STATION NEW YORK RAMP REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Station New York Ramp Repairs project located in Staten Island, New York. The procurement involves structural repairs and enhancements to the ramp, which are critical for maintaining operational readiness and safety at the facility. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Marketplace Support at Marketplacesupport@unisonglobal.com or call 877-933-2423 for further details regarding the solicitation process.
    Upgrade Ventilation for Admin Building Training Room
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the ventilation system in the Administration Building Training Room at Base Galveston, Texas. The project involves investigating existing moisture issues, replacing materials, and enhancing climate control to improve environmental conditions for machinery while minimizing condensation problems. This procurement is crucial for maintaining operational integrity and safety standards, with a focus on small business participation under the Total Small Business Set-Aside program. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to bidding. Proposals must adhere to strict compliance with safety regulations, including OSHA standards, and the contract will be awarded based on the lowest priced technically acceptable offer. For further inquiries, contractors can contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn P. Charles at Lynn.P.Charles2@uscg.mil.
    HEATER BLOCK KIT/CORE/FILTER ELEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a Heater Block Kit/Core/Filter Element. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on engaging small businesses for this contract. The goods are essential for the maintenance and operation of diesel engines and components, which are critical for the Coast Guard's maritime operations. Interested vendors should reach out to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details regarding the solicitation process.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@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 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.
    DOCKSIDE: CGC ESCANABA FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Escanaba (WMEC-907) scheduled for fiscal year 2025. The project involves comprehensive cleaning, inspection, and overhaul of various systems, including seawater heat exchangers and sewage systems, with an anticipated duration of 60 days starting August 18, 2025. This procurement is critical for maintaining the operational integrity and readiness of the vessel, ensuring compliance with Coast Guard standards and environmental regulations. Interested contractors must respond to the Sources Sought Notice with company details and past performance records, and are encouraged to register in the System for Award Management (SAM) for future solicitation announcements. For further inquiries, contact Ms. Lenore D. Sevier at LENORE.D.SEVIER@USCG.MIL or by phone at 571-607-4729.