Base Honolulu manhole sewer repair
ID: 31060PR250000070Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE HONOLULU(00034)HONOLULU, HI, 96819, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard at Base Honolulu, is seeking qualified contractors for a manhole sewer repair project. The procurement involves the design and construction of manhole benching and invert channels, adhering to strict safety protocols and quality standards, including compliance with the Unified Facilities Guide Specifications (UFGS) and the Davis-Bacon Act for wage determinations. This project is crucial for maintaining effective wastewater management systems at the facility, ensuring operational continuity and regulatory compliance. Proposals are due by February 12, 2025, with a site visit scheduled for January 22, 2025; interested parties should contact Charles Ahnee at charles.f.ahnee@uscg.mil or Justin Hinkle at justin.n.hinkle@uscg.mil for further details.

    Files
    Title
    Posted
    The document is a combined synopsis and solicitation for a Request for Quotations (RFQ) concerning manhole repair services. Issued by the U.S. Coast Guard, it is designated with Solicitation Number 31060PR250000070 and is set to be published on January 15, 2025, with proposals due by February 12, 2025. Contractors are required to provide tools, materials, labor, and equipment necessary for the replacement of security gate operators at the Diamond Head Lighthouse, Honolulu, HI. A site visit is scheduled for January 22, 2025, requiring prior notification for base access. The solicitation is set aside for small businesses, indicating a focus on promoting small business participation. The contract term includes a performance schedule requiring completion within 30 days of award. Instructions for offers mandate electronic submissions, and various FAR clauses apply to ensure compliance with commercial acquisition regulations. Overall, this document serves as a formal solicitation to secure a contractor for specific repair work, promoting transparency and adherence to federal acquisition standards while supporting small business engagement.
    The document outlines the wage determination for construction projects in Hawaii (General Decision Number: HI20250001), effective January 3, 2025. It encompasses various types of construction, including building, heavy, highway, and residential works across all counties in Hawaii. It specifies minimum wage rates that contractors must adhere to under the Davis-Bacon Act, as dictated by Executive Orders 14026 and 13658, depending on the contract date. The document also lists prevailing wage rates and fringe benefits for various construction classifications, including skilled trades like electricians, carpenters, and laborers, along with specialized professions such as asbestos workers, elevator mechanics, and underwater divers. Each classification contains corresponding hourly rates and specific conditions regarding wage adjustments based on depth or equipment used. Additionally, it details the appeals process for wage determinations, emphasizing stakeholder engagement in revising or challenging wage rates. This wage determination serves to ensure fair compensation in federally funded construction projects, especially under RFPs and grants, promoting worker protection and adherence to labor standards.
    The Request for Information (RFI) from Kenneth Williams, Director of Operations at KORE Logistics, addresses critical design elements for a project related to manhole benching and invert channels. Key inquiries involve specifications beyond the scope of work, such as specific material grades, tolerances, coatings, and sealants required. The contractor is tasked with determining the necessary permits, as outlined in the scope of work, while also confirming that staging and storage areas will be accessible on-site. The document notes potential restrictions on work hours and noise levels that could influence scheduling, and specifies the project’s acceptance process will include design testing and required deliverables. A budget range of $25,000 to $35,000 is provided to guide bidding expectations. This document is essential for ensuring clarity in project execution and compliance with federal contracting standards.
    The Department of Homeland Security's U.S. Coast Guard is seeking a contractor to perform sewer manhole repairs at Base Honolulu. The scope involves designing and constructing manhole benching and invert channels while adhering to specific safety protocols, including OSHA regulations for confined spaces. The contractor is responsible for safety measures, including a rescue system, and maintenance of clean working conditions. Work should minimize disruption to facility operations, scheduled Monday to Friday, with prior notifications for shutdowns or inspections required. Security measures necessitate a list of personnel accessing the site, and all workers must carry photo identification and obtain Rapid Gate passes. The contractor must also manage traffic control and keep construction areas secure. This initiative aims to ensure proper wastewater management facilities while complying with federal safety and operational standards. The comprehensive plan highlights the Coast Guard's emphasis on safety, operational continuity, and regulatory adherence during construction activities.
    The U.S. Coast Guard, through its Base Honolulu, has issued a Request for Quotation (RFQ) for the design and construction of manhole benching and invert channels at the BPB building manhole. This RFQ is classified as a small business set aside, inviting proposals from eligible contractors to fulfill the requirements by the specified deadline of January 28, 2025. The RFQ includes details regarding the destination for delivery, contact information for inquiries, and a call for detailed cost quotations. The relevant North American Industry Classification System (NAICS) code is 237110, with a size standard of 45 million. Interested vendors are prompted to provide their quotations via email while adhering to all outlined instructions. The document emphasizes that the RFQ does not commit the government to any costs incurred by the response preparation. Furthermore, quotations should indicate pricing and any potential discounts for prompt payment, ensuring all necessary representations are attached. This RFQ underscores the Coast Guard's operational needs for infrastructure maintenance and improvements in their Honolulu base facilities.
    The document outlines the Unified Facilities Guide Specifications (UFGS) for Cast-in-Place Concrete, specifically focusing on requirements applicable to concrete construction that is not exposed to marine or high-chloride environments. It includes comprehensive sections detailing references, definitions, submittals, quality assurance, environmental requirements, and sustainable design considerations. The guide specifies necessary documentation for concrete mix designs, quality control measures, and material verifications, mandating a structured approval process for various submittals, including shop drawings and test reports. Emphasis is placed on quality management throughout the construction process, with specific qualifications for personnel involved in concrete quality assurance and testing. The document also highlights sustainable practices by encouraging local materials and FSC-certified wood usage. Overall, this specification serves as a critical framework for ensuring that cast-in-place concrete meets stringent durability, safety, and environmental standards in government projects, reflecting the federal mandate on high-quality construction techniques and sustainability.
    The UFGS-03 42 13.00 10 document provides specifications for precast, non-prestressed concrete products used in below-grade construction, such as sewage and storm drainage systems. The document emphasizes adherence to the Unified Facilities Guide Specifications (UFGS) format and lists references from various standards organizations like ACI, ASTM, and NPCA. Key sections include quality assurance standards requiring certifications, qualifications, and strict quality control procedures for precast manufacturers. Submittal requirements specify what documentation must be approved by the government before construction, ensuring compliance for structural safety and environmental standards. The products must be designed to withstand operational pressures and utilize standardized mix designs to ensure durability, with defined parameters for materials, air content, and concrete strength. Fabrication and installation instructions prioritize minimizing damage during handling and ensuring watertightness. Field quality control includes testing measures before backfilling, confirming the integrity of the structures. This document serves as a comprehensive guideline for agencies and contractors involved in federal and state construction projects, aiming to maintain consistency and safety in precast concrete implementation.
    The Unified Facilities Guide Specification (UFGS) document outlines the requirements for the construction, installation, and materials associated with exterior sanitary sewer systems. It emphasizes adhering to specific standards for various piping materials, including clay, concrete, ductile iron, PVC, and reinforced thermosetting resin. The guide details preparation, installation, and quality control procedures, alongside methods for handling and storing materials to prevent damage. Critical to the project are the specifications for testing, which include hydrostatic and leakage tests for ensuring system integrity. The guide stresses the need for installer qualifications and project-specific submittals for compliance. It encompasses a comprehensive array of standards and references, aiming to ensure that all aspects of the sanitary sewer system meet regulatory and operational standards. This document serves as a crucial framework for government agencies and contractors involved in public infrastructure projects, reinforcing the importance of safety, functionality, and conformity within civil engineering practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WASTEWATER MANHOLE INVERT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a wastewater manhole restoration project at the USCG Sector Long Island Sound in New Haven, Connecticut. The contractor will be responsible for all aspects of the project, including personnel, tools, materials, and supervision, with key tasks involving jet/vacuuming waste, reworking masonry to accommodate an 8-inch PVC sanitary line, and conducting wastewater flow tests. This project is crucial for maintaining infrastructure integrity and ensuring operational continuity within government facilities, with a completion timeline of 30 days from contract issuance and a one-year warranty on the work performed. Interested parties should contact Cameron Croteau at CAMERON.P.CROTEAU@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details.
    USCGC MIDGETT BALLAST TANK MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for ballast tank maintenance on the USCGC MIDGETT (WMSL 757) at a facility in Honolulu, Hawaii. The project entails cleaning and inspecting a ballast tank, with contractors responsible for material procurement, protective measures, waste disposal, and conducting operational tests before and after repairs. This maintenance is crucial for ensuring the operational readiness and structural integrity of the vessel, reflecting the Coast Guard's commitment to safety and functionality in fleet maintenance. The performance period for this contract is set from April 9, 2025, to July 1, 2025, and interested parties can contact Brenden Cox at BRENDEN.S.COX@USCG.MIL or Tyler Melton at Tyler.k.melton@uscg.mil for further details.
    Repair Stormwater Manhole Behind B1665
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of a stormwater manhole located behind Building B1665 at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal and replacement of a concrete slab, excavation of the existing manhole, and installation of necessary components, all in compliance with updated specifications and safety regulations. This repair is critical for maintaining the operational integrity of the military installation and ensuring effective stormwater management. Interested contractors must submit their proposals by March 6, 2025, and are required to acknowledge Amendment 0001, which clarifies project specifications and compliance standards. For further inquiries, potential bidders can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    SECTOR NEW YORK STORM SEWER MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the maintenance of storm sewer systems in Staten Island, New York. The procurement aims to secure services classified under the NAICS code 562998, which encompasses all other miscellaneous waste management services, and is critical for ensuring the operational integrity and environmental compliance of the storm sewer infrastructure. This maintenance work is essential for preventing flooding and managing stormwater runoff effectively, thereby supporting public safety and environmental health. Interested parties can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-2423 for further details regarding the solicitation process.
    Watertight Fixture Coating and Repair for USCG Fleet
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the preservation and repair of watertight fixtures on its fleet of cutters as part of the FY2025 repair program. The procurement involves detailed specifications for managing the repair work, including surface preparation, coating systems, and quality assurance inspections that comply with established industry standards. This initiative is crucial for ensuring the safety and functionality of maritime operations by restoring watertight fixtures such as doors, hatches, and scuttles to operational standards. Interested contractors can reach out to Kaity George at Kaity.George@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further information.
    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.
    USCGC KIMBALL Dockside FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside maintenance of the USCGC KIMBALL, scheduled for fiscal year 2025. The procurement aims to solicit bids for shipbuilding and repair services, emphasizing compliance with regulatory standards and best practices in the industry. This opportunity is crucial for maintaining the operational readiness and integrity of the Coast Guard's fleet, ensuring that vessels are equipped to perform their missions effectively. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Richard Rawlings at richard.n.rawlings@uscg.mil or 206-815-2112 for further details regarding the submission process and timelines.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
    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.
    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.