DEMOLISH AID TO NAVIGATION (ATON) ISLE AU HAUT DBN 4 (LLNR 3375)
ID: 70Z0G125QABCD0003Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS) (P500)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the demolition of an Aid to Navigation (ATON) asset, specifically the DBN 4 (LLNR 3375) located in Isle Au Haut Thorofare, Maine. The contractor will be responsible for all labor, materials, equipment, supervision, and disposal necessary for the demolition, which is scheduled to take place between September and December 2024. This project is crucial for maintaining navigational safety while ensuring compliance with stringent environmental and safety standards, including adherence to federal and state regulations. Interested contractors must submit their proposals by February 3, 2025, with a project budget estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-736-1764.

Point(s) of Contact
Daniel B Walker
(401) 736-1764
(401) 736-1704
Daniel.B.Walker@uscg.mil
Files
Title
Posted
Jan 3, 2025, 9:05 PM UTC
The document outlines a Request for Quotations (RFQ) by the U.S. Coast Guard for the demolition of an Aid to Navigation (ATON) asset located at Isle Au Haut, Maine, due on February 3, 2025. The contractor is responsible for all labor, materials, and disposal related to the demolition, with a project budget between $25,000 and $100,000. The offerors are required to submit detailed pricing breakdowns and must comply with federal regulations including registrations in the System for Award Management (SAM). The document specifies requirements for insurance, tax considerations, and safety standards that must be met throughout the project timeline, which is limited to ninety days post-notice to proceed. It also emphasizes adherence to the Buy American Act concerning construction materials and includes extensive clauses related to contract administration, insurance, and compliance with labor standards. The RFQ serves not only as a solicitation but also as a commitment to ensuring proper environmental and safety standards are upheld during the demolition process. Adherence to various FAR clauses is emphasized to safeguard contractor rights and government interests while ensuring fair business practices.
Jan 3, 2025, 9:05 PM UTC
The U.S. Coast Guard (USCG) is initiating the demolition of the Aton Isle Au Haut Day Beacon 4 (LLNR 3375) in Isle Au Haut, Maine. The project entails removing the structure and cutting it at the rock line, with responsibility for disposal of debris resting with the contractor, who must comply with all relevant environmental regulations. The work must not disrupt local vessel and vehicular traffic, and the contractor is required to provide at least 48 hours' notice before starting any onsite activities. Key stipulations include verifying all existing conditions prior to demolition, acquiring necessary permits, and ensuring all operations align with applicable local and state codes. The contractor must take care not to damage existing facilities and must address any discrepancies or conditions that differ from the provided drawings. Contact points for project coordination consist of designated U.S. Coast Guard officials, ensuring proper oversight throughout the demolition process. This project reflects the USCG’s ongoing commitment to maintaining navigational aids while ensuring compliance with safety and environmental standards.
Jan 3, 2025, 9:05 PM UTC
The Department of Homeland Security's United States Coast Guard has issued a Request for Proposal (RFP) for the demolition of an Aid to Navigation (ATON) asset, specifically DBN 4 (LLNR 3375) located at Isle Au Haut Thorofare, Maine. The project entails removing the navigation beacon by cutting it at the rock line, with work expected to occur from September to December 2024. Key requirements include adherence to safety and occupational health standards, environmental protections, and compliance with federal and state regulations. The project also emphasizes the necessity of maintaining existing work conditions and outlines processes for inspections, submittals, and communication with project managers. The contractor must establish a comprehensive construction schedule, detailing mobilization, demolition activities, and safety protocols. Effective waste management and temporary environmental controls are mandated to mitigate pollution and ensure proper disposal of hazardous materials. This RFP represents a commitment by the Coast Guard to maintain navigational safety while adhering to strict environmental and safety standards. It highlights the importance of preconstruction planning and coordination with governmental authorities and stakeholders throughout the project lifecycle.
Jan 3, 2025, 9:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
P--Hobucken and Holly Ridge Tower Demolition
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a small business to complete the Hobucken and Holly Ridge Tower Demolition project. The work includes demolishing and removing two communication towers and their foundations. The project must be completed within 125 days of the contract award date. The estimated cost for this procurement is $250,000.00 to $500,000.00. Bids are due on or about September 3, 2018, at 10:00 AM. Offerors must submit a bid bond of 20% of their proposal amount.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project aims to demolish the existing breakwaters, which have exceeded their operational lifespan, and replace them with new reinforced concrete structures that meet federal, state, and local regulations. This initiative is crucial for enhancing the resilience and safety of coastal infrastructure in Alaska, ensuring compliance with environmental standards and operational efficiency. Interested contractors should note that the estimated project cost ranges between $25 million and $100 million, with proposals due by April 22, 2025. For further inquiries, contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.
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 involves the design and construction of a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with associated site improvements and utility connections, aimed at enhancing operational capabilities for Coast Guard vessels. The project is estimated at approximately $48 million and includes a performance period of 1,030 calendar days post-award, with proposals due by May 7, 2025. Interested contractors can reach out to Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil for further inquiries.
Base Housing Demolition (Multiple Locations)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting bids for the demolition of 114 base housing structures at Marine Corps Base Camp Lejeune, North Carolina. The project requires contractors to manage all aspects of demolition, including labor, materials, and equipment, while ensuring compliance with safety regulations regarding hazardous materials such as lead and asbestos, as identified in recent surveys. This demolition work is crucial for the ongoing development and maintenance of military facilities, ensuring safe and efficient living conditions for service members. Interested contractors must submit their bids by May 12, 2025, and are encouraged to attend a site visit on April 22, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.
Topsail Beach Pier Removal
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking a contractor for the removal and disposal of the remains of the USACE Pier and associated debris at Topsail Beach, North Carolina. The contractor will be responsible for providing all necessary labor, equipment, materials, and services while adhering to safety and occupational health requirements, with a performance period of 45 days post-award. This project is crucial for maintaining coastal infrastructure and mitigating environmental impacts, aligning with federal objectives for public safety. Interested small businesses, particularly women-owned, must submit their Price Quote and Technical Proposal electronically by April 29, 2025, with a site visit scheduled for April 21, 2025. For further inquiries, contact Sonny Smith at sonny.z.smith@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the National Multiple Award Construction Contract III - Pool One (NMACC III – Pool 1) to undertake a comprehensive environmental cleanup and waterfront recapitalization project at Base Seattle. This project, valued at approximately $190 million, involves the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters. The procurement process emphasizes compliance with environmental standards and construction labor regulations, with key deadlines for proposal submissions set for non-price proposals by April 29, 2025, and price proposals by May 7, 2025. Interested parties should direct inquiries to Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil for further information.
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.
UW Hull Clean, Inspect and Zinc Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the cleaning, inspection, and zinc renewal of the hull of the Coast Guard Cutter Douglas Denman at USCG Base Ketchikan, Alaska. The contractor will be responsible for performing underwater hull maintenance, including thorough cleaning, inspection, and renewal of zinc anodes, with services scheduled between May 12 and June 8, 2025. This maintenance is crucial for ensuring the operational integrity and longevity of the vessel, adhering to specific Coast Guard maintenance procedures and safety protocols. Interested contractors must submit their firm fixed-price proposals by April 28, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.
Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-2, Terrebonne Parish, Louisiana. ED 23-032
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking construction services for maintenance dredging in Terrebonne Parish, Louisiana. The work involves removing and disposing of shoal material from the Houma Navigation Canal channel. The estimated value of the project is between $10,000,000 and $25,000,000. The solicitation will be issued on or about February 8, 2024. Interested vendors are encouraged to register on SAM.gov. Offerors must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Taylor Brandon at 504-862-1009 or email Taylor.H.Brandon@usace.army.mil. The Contracting Officer is Hillary Morgan at 504-862-1231 or email Hillary.A.Morgan@usace.army.mil.