Fuel Tank Transition Sump Replacement at USCG Station Brunswick, GA
ID: 70Z036-25-Q-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CHARLESTONN CHARLESTON, SC, 29405, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 seeking qualified small businesses to replace the transition sump in a fuel tank at the USCG Station in Brunswick, Georgia. This project involves extensive construction work, including the demolition of the existing sump, installation of a new system, and compliance with various environmental regulations, with a completion timeline of 60 days post-award. The contract will be awarded based on the Lowest Price Technically Acceptable evaluation method, emphasizing the importance of maintaining vital infrastructure for the Coast Guard's operations. Interested contractors must submit their quotes by May 2, 2025, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at (571) 608-4730.

    Files
    Title
    Posted
    The document is a comprehensive list of Federal Acquisition Regulation (FAR) clauses and provisions relevant to government contracts, specifically addressing various legal and administrative requirements for contractors. It includes references to clauses related to compliance, security requirements, representations and certifications, economic policies, labor standards, and environmental mandates. Key sections detail provisions on whistleblower protections, confidentiality agreements, taxpayer identification, contract types, and contractor responsibilities. The regulations enforce stipulations for small business participation, labor standards, anti-trafficking policies, and environmental impacts, promoting compliance with both federal and local regulations. Notably, recent updates emphasize cybersecurity, supply chain security, and equitable treatment for service-disabled veteran-owned businesses. This document serves as a critical resource for contractors seeking to understand obligations and ensure adherence to federal contracting laws. Its structured format allows for easy identification of specific clauses, effective dates, and applicability, guiding organizations in preparing proposals in response to federal and state RFPs, thus facilitating informed participation in government contracts.
    The document outlines a federal solicitation for the Transition Sump Replacement project at USCG Station Brunswick, identified as Solicitation #70Z036-25-Q-0004. It includes a series of questions and responses dated April 21, 2025, providing essential project information. Key points include that the government cannot disclose a cost estimate for the project, and it must be completed within 60 days following the contract award. Additionally, the request for project imagery has been accommodated, with relevant pictures attached at the document's conclusion. This solicitation is part of the broader framework of federal RFPs aimed at securing qualified contractors for governmental needs, ensuring compliance, and effective project execution within stipulated timelines. The responses reflect the transparent communication expected in government contracting processes.
    The document is a solicitation for commercial items issued by the U.S. Department of Homeland Security, specifically for replacing the transition sump for the emergency generator fuel tank at Coast Guard Station Brunswick, Georgia. The solicitation number is 70Z036-25-Q-0004, with quotes due by April 30, 2025. It targets small businesses, particularly women-owned and veteran-owned entities, with a NAICS code of 238990 and a size standard of $19 million. The document outlines the requirements for offers, including technical capability and pricing evaluations, indicating that the lowest-priced offer will be assessed for compliance with specifications. The contract administration will be a cooperative effort between the government and the contractor, with designated points of contact listed for any inquiries. Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform. Additionally, it references applicable Labor Department wage determinations and includes stipulations regarding the submission of quotes alongside company information. This solicitation represents a critical government initiative to secure necessary maintenance for vital infrastructure while promoting participation from qualified small businesses.
    The document outlines critical procedures and requirements related to the acknowledgment of an amendment for a federal solicitation or contract modification. It specifies that offers must acknowledge receipt of the amendment through designated methods prior to the specified deadline to avoid rejection. The solicitation's offer due date has been extended to May 2, 2025, at 5:00 PM EST. The instructions indicate how to properly reference the amendment in communications and clarify that the contractor is not mandated to sign and return copies of the document. It also provides guidance on completing necessary sections, including effective dates and modification details. Overall, the document serves to ensure compliance with federal procurement regulations during the amendment process, highlighting the importance of timely and accurate communication in government contracting.
    The document outlines the specifications for the Emergency Generator Fuel Tank Repair project at the U.S. Coast Guard Station in Brunswick, GA, under project number 28755178, scheduled for April 2025. The contractor is required to perform extensive work, including notifying the Coast Guard of petroleum activities, safely disconnecting existing fuel lines, demolishing and disposing of the old transition sump, and installing a new system. Key tasks include hydrostatic testing of the new sump, ensuring that all operations comply with EPA, DOT, and OSHA regulations, and maintaining a clean working environment. Contractor qualifications necessitate proper training and licensing for equipment operations, along with compliance with safety programs. The project duration is set at 60 calendar days, with specific work hours from Monday to Friday (7 AM to 4 PM). The contractor must handle any generated waste according to environmental regulations and remove all materials post-project completion. Security protocols involve submitting personnel rosters for approval before site access. The document emphasizes rigorous safety, environmental protections, and efficient project management to ensure successful completion while minimizing impacts on Coast Guard operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    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 involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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 STA NEW YORK (45612) FY26 U/W BODY REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for underwater body repair services for the USCG STA NEW YORK (45612), with work anticipated to commence on March 24, 2026, in Staten Island, New York. The project involves extensive dry-dock repairs, including ultrasonic testing, hull plating inspection, engine alignment, water jet service, preservation, and general welding, with a performance period of 30 calendar days under a firm-fixed-price contract. This procurement is crucial for maintaining the operational readiness of the vessel and falls under the NAICS code 336611 (Ship Building and Repairing), with a small business set-aside designation. Interested parties must submit their qualifications and relevant past performance information by December 22, 2025, to the primary contact, Troy Elliott, at troy.s.elliott@uscg.mil, or the secondary contact, Janet M Delaney, at Janet.M.Delaney@uscg.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    Coated Steel Pipe Piles
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of coated steel pipe piles under solicitation number 70Z08426QWOPL0004. The contract requires the fabrication, delivery, and off-loading of 12-inch and 18-inch diameter coated steel pipe piles to various Coast Guard facilities, with a base period from January 15, 2026, to January 14, 2027, and two option periods extending through January 14, 2029. These materials are critical for various construction and maintenance projects within the Coast Guard, ensuring operational readiness and infrastructure integrity. Interested contractors must submit their quotes electronically by 3:00 PM Eastern on December 17, 2025, and can direct inquiries to James Kanash at James.C.Kanash@uscg.mil or by phone at (571)-608-9547.