Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
ID: 70Z0G125BCGA00165Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair Waterfront project at the U.S. Coast Guard Academy in New London, Connecticut. The project involves comprehensive repairs to various waterfront facilities, including piers, docks, and bridges, with specific tasks such as replacing timber piles, repairing structural elements, and ensuring compliance with environmental regulations. This initiative is crucial for maintaining the operational readiness of the Academy's infrastructure, reflecting the government's commitment to preserving essential facilities. Interested small businesses must submit their bids by June 24, 2025, at 2:00 PM, with an estimated contract value between $3 million and $4 million. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Schedule of Unit Prices for the Repair Waterfront project at the U.S. Coast Guard Academy in New London, CT. It is structured to present various unit prices associated with specific construction tasks, including the removal and replacement of timber components such as fenders, chocks, wales, rub strips, braces, decking, stringers, and pile caps. Each unit price is accompanied by a brief description of the task and its associated unit of measurement, either in linear feet, square feet, or as individual units. This pricing schedule is part of a larger Request for Proposal (RFP) for maintenance and repair work under federal guidelines, aiming to ensure transparency and standardized bid comparisons. The detailed breakdown assists contractors in understanding the scope of services required and aids in budgeting and bidding processes aligned with government standards and expectations. Overall, the document serves as a critical reference for prospective bidders and outlines essential costs related to the repair work at government facilities.
    This document serves as an amendment to Solicitation No. 70Z0G125BCGA00165, primarily impacting a project involving the construction and modification of facilities related to the U.S. Coast Guard. The amendment, dated June 2, 2025, extends the deadline for bids to June 12, 2025, at 2:00 P.M., and includes responses to various pre-bid inquiries. Key questions addressed range from technical specifications for floating docks, the acceptability of construction methods for timber piles, to the provision of utility information. Notable adjustments include updates to freeboard requirements for floating docks and the incorporation of a new wage decision for labor conditions. The document specifies that unit prices submitted are for potential contract modifications and clarifies that the amendment must be acknowledged in bids. This amendment illustrates a proactive approach to ensure clarity and compliance within the bidding process, ultimately aiming to facilitate the project’s objectives and enhance contractor understanding.
    This document is an amendment regarding a solicitation, detailing essential instructions for contractors submitting bids. It specifies that offers must acknowledge receipt of the amendment by a designated date and time, or they may face rejection. The amendment allows for changes in previously submitted offers via written or electronic communication, provided these correspond to the referenced solicitation and amendment numbers. It clarifies that a contractor is not required to sign the document for submission and outlines the necessary details that must be included for acknowledgment. This amendment is significant as it adjusts the submission deadline for bids to June 24, 2025, at 2:00 PM, while maintaining all other terms and conditions of the original solicitation unchanged. The context is rooted in federal procurement processes, emphasizing transparency and compliance in submitting proposals for government contracts. The document is structured to address specific procedural requirements and maintain clarity in communication between contracting officers and contractors.
    This file outlines specifications for a high-performance coating system for steel structures, specifically focusing on existing bulkheads and steel piles above Mean Lower Low Water (MLLW) elevation. It mandates compliance with various ASTM and SSPC standards, emphasizing the need for quality assurance through detailed submittals such as quality control and inspection plans, product data, and certification of coatings and blasting personnel. Surface preparation is critical, requiring complete removal of existing coatings and contaminants, followed by specific abrasive blasting and coating application techniques. The coating system must be a moisture-tolerant epoxy designed for marine environments, ensuring optimal adhesion, resistance to abrasion, and compliance with environmental regulations. Environmental conditions are addressed, mandating work only under specified temperatures with proper containment systems to manage debris and waste. Following project completion, a thorough final inspection is required, ensuring adherence to specifications and successful cleanup of the site. Overall, this document serves as a guideline for contractors engaged in coating applications while ensuring safety, quality, and environmental compliance through stringent measures and clearly defined processes within state and federal government contracting frameworks.
    The document serves as an amendment to the solicitation referenced as IFB 70Z0G125BCGA00165, issued by the USCG Civil Engineering Unit. The primary purpose is to clarify specifications and address queries related to a construction project involving the design and installation of a floating dock for the USCGA rowing team. Key changes include revised requirements for the dock's freeboard and environmental conditions, which now stipulate a minimum dead load freeboard of 2 inches and adjustments to live load specifications. The amendment also includes responses to multiple questions from potential bidders, modifying original specifications for recoating an existing steel sheet pile bulkhead, painting requirements in tidal conditions, and details on the installation of hold down clips. The deadline for bidding remains firm at 2:00 P.M. on June 24, 2025. Overall, the document ensures that all terms and conditions remain intact while updating critical technical specifications, thereby serving the interests of both the contracting agency and prospective contractors while adhering to federal solicitation standards and practices.
    The document presents an abstract of offers for a construction project titled "Repair Waterfront (FY25-CPOP)" at the U.S. Coast Guard Academy in New London, Connecticut, with solicitation number 70Z0G125BCGA00165. Issued on May 9, 2025, and opened on June 24, 2025, the project received multiple bids from various contractors. The government estimate indicated a range of bid prices from $2,879,721.00 to $4,643,000.00, with the contractors' offers listed as follows: Enfield Enterprises LLC ($3,196,368.00), Terry Contracting & Materials, Inc. ($2,879,721.00), Lawrence Brunoli, Inc. ($3,577,000.00), and others. Each submitted bid included a 20% bid security and acknowledged four amendments to the original solicitation. The document emphasizes the competitive nature of the bidding process and the importance of adherence to specified amendments, ensuring transparency and fairness in the awarding process for federal government contracts. This summary highlights the engagement of various contractors in a federally funded project to repair and maintain government property, reflecting standard practices in federal RFPs and procurement processes.
    This document is an amendment to a solicitation issued by the U.S. Coast Guard Civil Engineering Unit, amending solicitation number 70Z0G125BCGA00165 dated 09 May 2025. It indicates that bids must be received by 10 June 2025 at 2:00 PM, and it provides updated contact information for the point of contact, LTjg Ethan Geurtsen, Construction Project Manager at the USCG Academy Facilities Engineering. The amendment specifies that despite the changes noted, all other terms and conditions of the original solicitation remain unchanged and in effect. Moreover, acknowledgments of this amendment must be received by the specified deadline to avoid rejection of offers. The document is structured into numbered blocks for easy reference, detailing the amendment/modification number, date, requisition details, contractor information, and description of the changes being made.
    The document presents the results of a bathymetric and sidescan sonar survey conducted by SeaVision Underwater Solutions for the USCGA Small Boat Basin dredging project in the Thames River, CT, for client Appledore Marine, Inc. The surveys took place on November 24 and December 9, 2018, respectively, capturing underwater conditions relevant for dredging operations. The bathymetric survey employed advanced technology, including a Norbit 400 kHz CHIRP multibeam echosounder, to create a color-shaded relief map indicating underwater features. The sidescan sonar survey used a Klein 3500 system to identify various underwater targets, including pilings and debris. Key findings include multiple pilings and debris fields that necessitate further investigation and discussion with dredging contractors. Specific coordinates and dimensions of identified underwater features, such as pilings and other potential obstacles, are documented, emphasizing the importance of safe navigation and dredging practices in the area. The technical details, including data processing software and reference measures, reflect a thorough approach to maritime surveying, essential for complying with regulatory standards and ensuring operational safety in the context of local government and environmental guidelines.
    The U.S. Coast Guard Academy is initiating a repair project for its waterfront facilities in New London, Connecticut, detailed under project number 13317433. The project involves comprehensive repairs across several structures, including the T-Boat Pier, Railroad Overpass Bridge, and various floating docks. Key tasks include replacing timber piles, fender piles, and other components crucial for structural integrity, as well as cleaning and recoating existing facilities to combat marine corrosion. Design milestones are established, with percentages indicating completion stages (10% design by July 15, 2024, culminating in final design by December 31, 2024). Environmental measures are emphasized, requiring compliance with regulations concerning construction impacts on local ecosystems, and specific guidelines to minimize sediment disturbance during pile work. The document outlines unit pricing requirements and stresses the importance of site visits to verify scope, while also detailing obligations related to health and safety during construction. In summary, this project represents a significant federal investment aimed at maintaining and enhancing critical infrastructure vital for Coast Guard operations.
    The document signifies an Invitation for Bid (IFB) by the U.S. Coast Guard Academy for the repair of waterfront facilities in New London, Connecticut. It outlines essential details including solicitation number, bid deadlines, and submission instructions. The project, estimated between $1,000,000 and $5,000,000, is set aside entirely for small businesses, adhering to federal regulations under FAR Parts 5, 14, & 19. Bidders are required to ensure completeness in their submissions, including rechecking calculations, signing necessary forms, and attaching a 20% bid guarantee. Significant prerequisites include performance and payment bonds, the inclusion of applicable taxes in bids, and a minimum acceptance period of 60 calendar days. Contractual responsibilities extend to various structural repairs, necessitating proper personnel, equipment, and adherence to local wage determinations. The successful bidder must commence within ten days of the award and complete the work within 190 calendar days. The document emphasizes compliance with insurance and environmental regulations, underscoring the project's operational and legal obligations. Overall, this solicitation serves to procure services for vital repairs, contributing to the operational readiness of the U.S. Coast Guard Academy's waterfront facilities while prioritizing small business participation.
    The document is focused on the topic of "Record Drawings," commonly referenced in government-related construction and design projects. Record drawings provide essential documentation that captures the as-built conditions of a project after its completion, ensuring that modifications or maintenance can be accurately informed. These drawings serve multiple purposes, such as verifying compliance with regulatory standards and supporting future renovations, repairs, or expansions. They are critical in facilitating communication among project stakeholders, including contractors, engineers, and government agencies, thereby ensuring transparency and accountability. A structured presentation of these drawings can enhance the accuracy of project records and streamline subsequent project phases. The emphasis is on the importance of maintaining precise and comprehensive record drawings to uphold regulatory compliance and support efficient asset management for government infrastructure projects.
    The document outlines the final design specifications for the Repair Waterfront project at the U.S. Coast Guard Academy in New London, Connecticut. It describes a comprehensive plan involving repair work on various facilities, including piers, docks, and bridges. Key aspects of the project include replacing timber piles, repairing structural elements, and maintaining safety and operational continuity while Government personnel occupy the site. The specifications emphasize general requirements for project management, including contractor obligations in safety protocols, construction waste management, site access, and submission of required documentation like construction schedules and payment procedures. Clear coordination procedures are established for communication among the contractor and the Government to limit disruption to ongoing Academy operations. Important safety measures are mandated, including adherence to OSHA standards and specific protocols for work during high-weather conditions. The overarching aim of the project is not only to enhance infrastructure but also to ensure minimal interference with the operational capabilities of the Coast Guard Academy, while maintaining compliance with federal and local regulations throughout the construction process.
    The document focuses on the importance of record drawings within government projects. Record drawings serve as the final visual documentation of a project, detailing the as-built conditions and any modifications made during construction. They play a critical role in ensuring that accurate information is available for future maintenance, adaptations, and compliance verification. Additionally, the drawings are essential for effective project handover, allowing maintenance teams to understand the installation and existing conditions. The document emphasizes the need for precision and clarity in these drawings to facilitate seamless integration into federal and state systems. This underscores the significance of maintaining accountability and transparency in government-funded projects, ensuring they meet regulatory, safety, and operational standards.
    The document presents various communications surrounding federal and local Requests for Proposals (RFPs) and Grants, primarily focusing on health, safety, and infrastructural improvements. It emphasizes the introduction of new technology and systems in response to public health needs and environmental concerns. Specific attention is given to addressing hazardous materials, enhancing healthcare facilities, and adhering to regulatory requirements. Key aspects include the identification of hazardous materials like asbestos and the necessity for abatement prior to any construction or renovations. The text also highlights ongoing efforts by government agencies to upgrade infrastructure while ensuring compliance with safety standards. The overarching goal is to facilitate collaborations with contractors for effective project execution while maintaining an environmentally sustainable approach. Security and compliance with local and federal regulations are emphasized throughout, showcasing a commitment to public safety and community health. The document underscores the importance of these initiatives in enhancing safety measures, fostering health improvements, and ensuring regulatory alignment in various infrastructural projects.
    Similar Opportunities
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    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 LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    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.
    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.
    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.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.