ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts

DEPARTMENT OF HOMELAND SECURITY 70Z0G126BSSNE0001
Response Deadline
Jan 22, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repairs, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and repair of concrete structures. This facility is crucial for the operational readiness of the Coast Guard, ensuring safe and effective maintenance of their vessels. Interested contractors must be registered in the System for Award Management (SAM) and submit their bids by January 22, 2026, at 2:00 PM EST, with a project budget estimated between $1,000,000 and $5,000,000. For further inquiries, contact Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2ED
REPAIR OR ALTERATION OF SHIP CONSTRUCTION AND REPAIR FACILITIES

Solicitation Documents

18 Files
Amendment 0003 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF712 KBJan 22, 2026
AI Summary
This amendment to the solicitation extends the bid due date to January 7, 2026, at 2:00 PM EST and provides responses to 155 requests for information (RFIs). Key changes include updated wage determinations, the provision of Attachment 5 (E-Verify Fact Sheet), Attachment 6 (Structural Design Criteria), and Attachment 7 (079100 Section Wall Joint Seal). The RFIs cover a wide range of topics, including hazardous materials (lead, cadmium, chromium), structural repairs, painting requirements, facility operations during construction, site logistics, and various design specifications. Important clarifications include the requirement for BAA compliance for all products, the removal of all hazardous paints from metal before new coating, and that liquidated damages are not included in the contract. The document emphasizes compliance with various government regulations and specifications for all work performed.
Amendment 0004 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF664 KBJan 22, 2026
AI Summary
This government document, Amendment 0004 to Solicitation 70Z0G126BSSNE0001, issued on December 31, 2025, amends the original solicitation by providing an updated Wage Determination MA20250001 Modification Number 17, dated December 12, 2025. Offerors must acknowledge receipt of this amendment by completing specific items on the form, acknowledging it on their offer, or sending a separate communication, ensuring receipt by the specified deadline to avoid rejection of their offer. This amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. The document is a standard form used for amendments of solicitations and modifications of contracts, requiring signatures from both the contractor/offeror and the contracting officer.
Amendment 0005 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF664 KBJan 22, 2026
AI Summary
This government solicitation amendment, identified as 70Z0G126BSSNE00010005, primarily extends the bid due date. Initially set for January 7, 2026, at 2:00 PM EST, the new deadline for offer submission is January 14, 2026, at 2:00 PM EST. The document outlines methods for acknowledging receipt of the amendment, including completing specific items on the form, acknowledging it on each offer copy, or submitting a separate letter or electronic communication. Failure to acknowledge the amendment by the revised due date may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged. This amendment also details various contract and solicitation modification procedures, including administrative changes and supplemental agreements, under the Standard Form 30 (REV. 11/2016) prescribed by GSA FAR.
Updated Attachment 3 (Amendment 0004) - Wage Determination MA20250001.pdf
PDF700 KBJan 22, 2026
AI Summary
The document appears to be a highly unstructured collection of text fragments, likely originating from a scanned or poorly OCR'd government file. It contains numerous unidentifiable characters and lacks clear sentence or paragraph structures. Despite the severe degradation, some recurring patterns and keywords suggest it might pertain to technical specifications, potentially for equipment, systems, or processes. There are mentions that could be interpreted as codes, serial numbers, or technical parameters, alongside sequences of characters that resemble numerical data or identifiers. The pervasive corruption of the text makes it impossible to extract concrete details about the main topic, key ideas, or supporting information relevant to government RFPs, grants, or state/local RFPs. Without significant digital reconstruction or access to the original source, a meaningful summary is unattainable.
Attachment 1 - Repair and Abate BMF Specifications.pdf
PDF4184 KBJan 22, 2026
AI Summary
The U.S. Coast Guard Shore Infrastructure Logistics Center has released specifications for the "Repair and Abate BMF" project (PSN: 7626344) at Sector Southeastern New England in Woods Hole, MA. This comprehensive document outlines the scope of work, general requirements, and administrative procedures for the project, which includes demolition, hazardous material abatement (lead remediation), concrete rehabilitation, metalwork (structural steel, welding), thermal and moisture protection (insulation, roofing, flashing, firestopping, sealants), openings (doors, windows), finishes (gypsum board, paints), specialties (signage, door protection), plumbing, HVAC, electrical, and fire alarm systems. The project emphasizes adherence to federal regulations, rigorous quality control, and strict safety protocols, with detailed requirements for contractor qualifications, scheduling, submittal procedures, and site access. The USCG unit will remain operational throughout the project, necessitating careful coordination and minimal disruption from the contractor.
Attachment 2 - Drawings Repair and Abate BMF.pdf
PDF65149 KBJan 22, 2026
AI Summary
The U.S. Coast Guard Civil Engineering Unit Providence is undertaking Project 7626344, "REPAIR AND ABATE BOAT MAINTENANCE FACILITY (BMF)" at Sector Southeastern New England, Woods Hole, Massachusetts. This project involves comprehensive architectural, mechanical, and electrical renovations to the existing Boat Barn structure. Architectural work includes removing single-skin metal roof and wall panels, insulation, gypsum board, wood blocking, hollow metal doors, windows, and select purlins, replacing them with insulated metal panels, aluminum windows, and new hollow metal doors. Mechanical upgrades involve removing existing gas-fired infrared heaters, exhaust systems, and eyewash stations, then reinstalling some existing equipment and installing new gas-fired unit heaters and exhaust fans. Electrical work focuses on disconnecting, cleaning, and repainting existing conduits and devices, then reinstalling them with new GFCI receptacles, exterior light fixtures, and a new shore connection box. The project adheres to Massachusetts Fire and Building Safety Code, IBC 2021, and ADA standards. Extensive demolition notes, safety protocols, staging, and coordination plans are provided, emphasizing adherence to regulations, site cleanliness, and protection of personnel and adjacent areas.
Attachment 3 - Wage Determination MA20250001.pdf
PDF718 KBJan 22, 2026
AI Summary
The document details various government solicitations and RFPs, focusing on infrastructure, services, and equipment. Key sections outline requirements for mechanical, electrical, and plumbing systems, including fire suppression, HVAC, and power distribution. It emphasizes compliance with federal and local standards, detailed planning, and coordination among trades. The solicitations also cover IT infrastructure, security systems, and various support services, ensuring robust and compliant operational frameworks. Critical aspects include hazardous material surveys, safety protocols, and quality assurance. The document highlights the need for comprehensive proposals addressing technical specifications, timelines, and regulatory adherence, reflecting a broad range of government procurement needs.
Amendment 0006 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF664 KBJan 22, 2026
AI Summary
This document is an amendment to a solicitation, identified as Amendment/Modification Number 70Z0G126BSSNE00010006, effective January 12, 2026. The primary purpose of this amendment is to modify the original solicitation, 70Z0G126BSSNE0001, dated January 5, 2026. The key changes include extending the bid due date from January 14, 2026, to January 22, 2026, both at 2:00 PM EST, and providing an updated Wage Determination, MA20260001 Modification Number 0, dated January 2, 2026. Offerors must acknowledge receipt of this amendment by completing specific items, returning copies, or sending a separate communication, ensuring it is received by the revised due date to prevent rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
Attachment 7 - 079100 Section Wall Joint Seal.pdf
PDF40 KBJan 22, 2026
AI Summary
The document outlines specifications for exterior wall joint seals in the REPAIR & ABATE BMF P7626344 project in Woods Hole, MA, focusing on preformed, precompressed, expanding foam joint seals for expansion joints. It details submittal requirements, including shop drawings, product data, and samples, along with manufacturer certifications for heat stability and self-expansion. Quality assurance mandates a minimum of 10 years' manufacturer experience and 2 years' installer experience. The materials section specifies silicone-coated, UV-resistant, fire-rated, watertight seals with a 1-hour fire protection rating, 100% movement capability, and high performance ratings for R-value, STC, OITC, air permeability, water penetration, and wind loading. Installation involves immediate insertion into joints and allowing expansion, with temporary retainers as needed.
Attachment 6 - Structural Design Criteria.pdf
PDF8 KBJan 22, 2026
AI Summary
This document outlines the design criteria for a structure, specifying codes, risk category, and various loads. It adheres to IBC 2021 and ASCE 7-16, as amended by the MA State Building Code, 10th Ed., classifying the structure as Risk Category IV. Key details include roof loads (dead, snow, and drift), wind loads (ultimate and nominal speeds, exposure D), and seismic loads (importance factor, spectral response coefficients, and seismic design category C). The seismic design employs steel systems with an R=3.0, using the Equivalent Lateral Force Method for analysis. This comprehensive guide ensures the building's structural integrity and safety under various environmental conditions, crucial for compliance in government RFPs.
Attachment 5 - E-Verify Federal Contractor Fact Sheet.pdf
PDF133 KBJan 22, 2026
AI Summary
As of September 8, 2009, federal contractors and subcontractors are mandated to use E-Verify for new hires and existing employees working on federal contracts that include the Federal Acquisition Regulation (FAR) E-Verify clause. E-Verify is a free, web-based system designed to confirm employee eligibility to work in the United States. This requirement applies to prime contracts valued over $100,000, with a performance period of 120 days or more, and with work performed in the U.S. For subcontracts, it applies to those over $3,500 for commercial or noncommercial services or construction, with U.S.-based work. Existing contracts are subject to the clause if they extend at least six months beyond September 8, 2009, involve substantial remaining work, and are modified to include the FAR E-Verify clause. Commercially available off-the-shelf (COTS) items or services are exempt. Contractors must enroll their company as a federal contractor with the FAR E-Verify clause at www.dhs.gov/E-Verify. The document also encourages all employers to use E-Verify and provides resources for more information and webinars.
Amendment 0001 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF664 KBJan 22, 2026
AI Summary
Amendment 0001 to Solicitation 70Z0G126BSSNE0001, effective November 17, 2025, formally amends the original solicitation. This amendment primarily provides a copy of the Site Visit Sign-In Sheet (Attachment 4). Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the form, acknowledging it on each offer copy, or submitting a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
Attachment 4 - Prebid Site Visit Attendance Sign In Sheet.pdf
PDF91 KBJan 22, 2026
AI Summary
The document is a sign-in sheet for a pre-bid site visit for the "Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England" project, identified by solicitation number 70Z0G126BSSNE0001, held on November 12, 2025. It lists attendees from various agencies and companies, including USCG CEU Providence, construction firms, electrical contractors, and other service providers. The sheet captures names, affiliations, and contact information (office/mobile numbers and email addresses) for individuals representing both government entities and potential bidders. This document serves as an official record of attendance for a crucial pre-bid meeting, facilitating communication and ensuring transparency among interested parties for a federal government repair and abatement project.
70Z0G126BSSNE0001 Repair and Abate Boat Maintenace Facility Invitation for Bid Solicitation.pdf
PDF531 KBJan 22, 2026
AI Summary
The Invitation for Bid (IFB) 70Z0G126BSSNE0001 is issued by the USCG Civil Engineering Unit Providence for the Repair and Abatement of the Boat Maintenance Facility at USCG Sector Southeastern New England. This 100% Total Small Business Set-aside project, estimated between $1,000,000 and $5,000,000, requires contractors to commence work within 10 calendar days of receiving the notice to proceed and complete it within 300 calendar days. Bidders must include a 20% bid guarantee and offer at least 90 calendar days for acceptance. Key requirements include obtaining all necessary licenses and permits for hazardous substance removal/disposal, furnishing certificates of insurance within 10 days of award, and submitting payment requests electronically via the Invoice Processing Platform (IPP). The solicitation also details prohibitions on contracting with Kaspersky Lab and certain Chinese telecommunications/video surveillance entities, and outlines limitations on subcontracting for small businesses. Funds are not currently available, and award is contingent upon their availability.
17a ABSTRACT OF OFFERS IFB REPAIR AND ABATE BMF.pdf
PDF285 KBJan 22, 2026
AI Summary
The Abstract of Offers for Solicitation Number 70Z0G126BSSNE0001 details the bids received for the 'Repair and Abate Boat Maintenance Facility (BMF)' project at the USCG Sector Southeastern New England. The solicitation, issued on October 31, 2025, and opened on January 22, 2026, received offers from nine contractors. All offers acknowledged amendments 0001 through 0006 and provided a 20% bid security. The project involves a base bid for which offers ranged from Integrated Facilities Construction Corp's $1,446,700.00 to Ray Services, Inc.'s $4,235,569.00.
Updated Attachment 3 (Amendment 0006) - Wage Determination MA20260001.pdf
PDF60 KBJan 22, 2026
AI Summary
This document, General Decision Number: MA20260001, effective January 2, 2026, outlines prevailing wage rates and fringe benefits for building construction projects in specific Massachusetts counties, including Barnstable, Bristol, Dukes, Essex, Middlesex, Nantucket, Norfolk, and Suffolk. It covers various trades such as Insulators, Asbestos Workers, Hazardous Material Handlers, Boilermakers, Bricklayers, Cement Masons, Plasterers, Marble & Tile Finishers, Terrazzo Workers, Carpenters, Piledrivers, Millwrights, Floor Layers, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers (Heavy Construction, Plasterer Tenders, Wrecking), Glaziers, Painters, Cement Masons/Concrete Finishers, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers. The document also includes details on paid holidays and vacation benefits for specific crafts. Additionally, it references Executive Orders 13706 and 13658, pertaining to paid sick leave and minimum wage requirements for federal contractors under the Davis-Bacon Act.
Updated Attachment 3 (Amendment 0003) - Wage Determination MA20250001.pdf
PDF62 KBJan 22, 2026
AI Summary
The General Decision Number MA20250001, effective December 5, 2025, outlines prevailing wage rates and fringe benefits for building construction projects in specific Massachusetts counties, excluding single-family homes and apartments up to four stories. It supersedes MA20240001 and covers Barnstable, Bristol, Dukes, Essex, Middlesex, Nantucket, Norfolk, and Suffolk Counties. The document details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022), with annual adjustments. It provides extensive tables of wage rates and fringes for various crafts, including Insulator/Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, often segmented by specific zones or areas within the listed counties. The document also includes details on paid holidays, vacation, and a comprehensive wage determination appeals process through the Wage and Hour Division of the U.S. Department of Labor.
Amendment 0002 - 70Z0G126BSSNE0001 Repair and Abate Boat Maintenance Facility.pdf
PDF664 KBJan 22, 2026
AI Summary
This document is Amendment 0002 to Solicitation Number 70Z0G126BSSNE0001, issued by 70Z0G1 CEU Providence. The primary purpose of this amendment is to modify key dates for the solicitation. Specifically, it extends the Questions/Request for Information Due Date from November 18, 2025, to November 21, 2025, at 2:00 PM EST. Additionally, the Bid Due Date is extended from December 3, 2025, to December 17, 2025, at 2:00 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may lead to the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 10, 2025
amendedAmendment #1· Description UpdatedNov 17, 2025
amendedAmendment #2· Description UpdatedNov 18, 2025
amendedAmendment #3· Description UpdatedDec 10, 2025
amendedAmendment #4· Description UpdatedDec 31, 2025
amendedAmendment #5· Description UpdatedJan 5, 2026
amendedAmendment #6· Description UpdatedJan 12, 2026
amendedLatest Amendment· Description UpdatedJan 22, 2026
deadlineResponse DeadlineJan 22, 2026
expiryArchive DateApr 22, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
CEU PROVIDENCE(000G1)

Point of Contact

Name
Cam Ormiston

Place of Performance

Woods Hole, Massachusetts, UNITED STATES

Official Sources