Design-Build Sitka Waterfront Improvements (Sitka, AK)
ID: 70Z05025R43000002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDFDCC DET SEATTLE(00050)SEATTLE, WA, 98174, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 11:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 11:08 PM UTC
The Task Order Announcement #70Z05025R43000002 details the U.S. Coast Guard's initiative for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This solicitation, issued under the National Multiple Award Construction Contract (NMACC III), focuses on constructing a new Seagoing Buoy Tender wharf and pier, along with essential site improvements and utility connections, within a project scope estimated at approximately $48 million. Contractors must submit their proposals by April 18, 2025, with a pre-proposal site visit scheduled for March 19, 2025. A range of construction tasks is outlined, including base items and optional enhancements, such as a Maintenance Facility and a FRC Floating Dock. Proposals will be evaluated based on non-price factors—technical approach, schedule, and permitting—each carrying equal weight to the proposed price. The selection process emphasizes the best overall value, where both price and technical merit are pivotal. The importance of adhering to strict permitting and scheduling standards, along with the need for innovative approaches, will be crucial for the successful execution of the project. This undertaking reflects the commitment to enhancing Coast Guard operational capabilities while ensuring compliance with regulatory requirements.
Apr 17, 2025, 11:08 PM UTC
The U.S. Coast Guard's Request for Proposal (RFP) outlines the design-build construction requirements for the Sitka Waterfront Improvements project in Sitka, Alaska. This initiative aims to develop waterfront facilities to support various Coast Guard vessels, including constructing a new wharf, approach pier, boat bay, and related infrastructure. The RFP details project requirements such as design and construction tasks, contractor responsibilities, quality control measures, and submittal procedures. It emphasizes the importance of sustainability in design, compliance with federal and local regulations, and coordination with existing operations. Contractors are expected to adhere to specified work hours, manage utility services, and obtain necessary permits. The document provides a comprehensive framework for progress reporting, financial payments, and project scheduling, ensuring all activities and milestones are tracked accurately. Key elements include site security measures, material handling protocols, and procedures for addressing adverse weather conditions. This RFP reflects the Coast Guard's commitment to enhancing operational capabilities while ensuring safety and compliance throughout the construction process.
Apr 17, 2025, 11:08 PM UTC
The United States Coast Guard has issued a Request for Proposal (RFP) for Design/Build construction aimed at improving the Sitka Waterfront at the Coast Guard Sitka Moorings in Sitka, Alaska. The project, designated as Project No. 7198749, is part of the Department of Homeland Security’s initiative to enhance operational capabilities and infrastructure. The RFP details extensive requirements across various disciplines, including civil, architectural, and electrical engineering, highlighting the need for demolition, site preparation, grading, and construction of new facilities such as a wharf and floating dock. Detailed appendices provide supporting documents, including engineering drawings, environmental assessments, and geotechnical reports. Key aspects include maintaining sustainability principles, quality control procedures, and compliance with safety regulations, particularly in managing hazardous materials and environmental impacts. The document emphasizes the need for coordination with local utilities and stakeholders, ensuring that construction will not disrupt ongoing operations. The outlined project timeline includes multiple submittal phases leading up to the final proposal submission by January 2025, underscoring a strategic approach to federal infrastructure development that aligns with government regulations and operational needs.
Apr 17, 2025, 11:08 PM UTC
The U.S. Coast Guard (USCG) issued a Request for Proposal (RFP) for the design and construction of waterfront improvements at the USCG Sitka Moorings in Sitka, Alaska. The document includes comprehensive guidelines for evaluating hazardous materials, particularly focusing on asbestos, lead-containing paint (LCP), and creosote-treated timber present at the facility. A Hazardous Materials Survey conducted by Tetra Tech, Inc. identified no asbestos-containing materials, although lead concentrations were detected in paint samples, prompting recommendations for compliance with applicable safety regulations. Furthermore, levels of polycyclic aromatic hydrocarbons (PAHs) in creosote-treated timbers were assessed, with recommendations for disposal aligned with state regulations. The survey also cataloged various hazardous and universal wastes that need to be safely managed prior to any demolition activities. These findings are crucial for ensuring health and safety, compliance with environmental standards, and effective management of contributing construction and demolition waste, making this document integral for contractors and stakeholders involved in the proposed waterfront improvements project.
Apr 17, 2025, 11:08 PM UTC
The U.S. Department of Homeland Security has issued a memorandum announcing a class deviation that waives the requirement for project labor agreements on large-scale construction projects, as specified in the Federal Acquisition Regulation (FAR) subparts 22.5 and 36.104(c). Effective immediately, this directive mandates that contracting officers refrain from incorporating project labor agreements in all solicitations and amend ongoing solicitations to eliminate related requirements and contract clauses. This change applies to all solicitations as defined by FAR. The waiver will remain in effect until further notice. For further inquiries regarding this class deviation, contacts can be made to the designated official within the Department. The directive reflects a significant shift in project management strategy for federal construction initiatives, aiming for simplified procurement processes.
Apr 17, 2025, 11:08 PM UTC
Apr 17, 2025, 11:08 PM UTC
The document outlines the Price Proposal Form for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska, designated by Project # 7198749. The proposal is segmented into a Base Item and three Option Items, encompassing the necessary services, materials, and equipment for the construction work. The Base Item includes designing and building a new Seagoing Buoy Tender (WLB) wharf and an approach pier. Option Items offer additional construction work, such as a Boat Bay Maintenance Facility, landside sitework, and an FRC Floating Dock with a mooring dolphin. Each segment requires bidders to specify design and construction prices, culminating in a total price that incorporates all work detailed in the specifications and drawings. Notably, any proposals containing conditions may be rejected, indicating a requirement for straightforward submissions. The total completion timeframe for the Base Item and any awarded Option Items is set at 1,030 calendar days. This RFP serves as a crucial step towards revitalizing essential waterfront infrastructure for the Coast Guard operations in Sitka, meeting both functional and regulatory needs.
Apr 17, 2025, 11:08 PM UTC
The file is an amendment regarding a Design-Build Request for Proposal (RFP) for waterfront improvements to support Offshore Patrol Cutters and Fast Response Cutters at Base Kodiak, Alaska. Due to the competitive nature of the construction market and the complexity of the project, which includes over 2,500 pages of specifications, the U.S. Coast Guard (USCG) has extended the deadlines for Pre-Proposal Inquiries (PPIs) by one week to April 11, 2025, and for proposals to April 25, 2025. The project aims to create a new wharf and approach pier and includes multiple optional items for additional facilities. Proposers are advised to submit questions via email, as no inquiries will be entertained during the site visit. Key contacts for the proposal include Tracianne Torklep, the contracting officer, and Gabe Perez, the senior field contracting officer. The performance period for the written contract is specified as 1,030 calendar days post-award. All other terms remain unchanged, highlighting the importance of acknowledging receipt of the amendment in proposals.
Apr 17, 2025, 11:08 PM UTC
The document is an amendment to a federal solicitation, specifically for Task Order Announcement #70Z05025R43000002 concerning the Design-Build of Sitka Waterfront Improvements, issued by the US Coast Guard. The amendment, effective April 3, 2025, distributes responses to pre-proposal inquiries and updates project requirements, including the addition of FAR Clause 52.211-15 concerning Defense Priority and Allocation Requirements. This clause emphasizes the acquisition of specific electrical components with a priority rating for national defense, necessitating adherence to designated delivery timelines. Contractors are reminded to acknowledge the amendment when submitting proposals, which are due by April 25, 2025, following an earlier request for an eight-week extension based on project complexities. However, the due dates remain unchanged. The amendment is crucial for ensuring compliance with contracting regulations and maintaining competitive bidding for the project while accommodating feedback from prospective contractors regarding timeline requirements. All other terms and conditions of the original solicitation remain in effect.
Apr 17, 2025, 11:08 PM UTC
The document outlines Amendment 003 to the solicitation for Task Order #70Z05025R43000002, which pertains to the Design-Build project of the Sitka Waterfront Improvements managed by the US Coast Guard. This amendment addresses responses to pre-proposal inquiries and updates to various sections of the Request for Proposals (RFP). Key changes include adjustments to work hours, the schedule of design prices, and clarifications regarding geotechnical investigations, emphasizing that contractors are responsible for their own analyses based on government-provided information, which is not guaranteed to be comprehensive. Additional guidance on maintaining operational activities during construction is provided, specifying conditions under which work can occur outside normal hours. Furthermore, the amendment includes updates to the submission requirements for non-price proposals and clarifies licensure requirements for design professionals involved in the project. This amendment is vital for prospective contractors as it ensures they are informed of the latest requirements and specifications essential for bid preparation and project compliance.
Apr 17, 2025, 11:08 PM UTC
This amendment, identified as Amendment 004 for task order #70Z05025R43000002, pertains to the Sitka Waterfront Improvements project administered by the U.S. Coast Guard. This document facilitates changes to the original solicitation, including responses to pre-proposal inquiries, and incorporates the Incident Harassment Authorization (IHA). Key modifications include extending the proposal due date to May 7, 2025, updating provisions regarding construction utilities, and delineating contractor responsibilities. New clauses concerning the regulations on contract termination and specifications on construction phasing, site inspections, utility access, and soil treatment have been included. Furthermore, contractor obligations regarding site inspections and permitting have been acknowledged, stressing the importance of maintaining project timelines amidst significant travel costs for inspections due to the project's remoteness. This document underscores the rigorous adherence to standards and requirements demanded by the Coast Guard, ensuring contractors have clear guidelines while undertaking design-build responsibilities for this maritime structure. Overall, the amendment aims to streamline the bidding process while reinforcing compliance and operational clarity for the upcoming construction efforts.
The United States Coast Guard (USCG) has received authorization for incidental harassment of marine mammals under the Marine Mammal Protection Act for activities associated with the Fast Response Cutter Homeporting Project in Sitka, Alaska, from September 1, 2026, to August 31, 2027. The authorization permits incidental take of specific marine mammal species during in-water construction and pile driving, under strict conditions including monitoring and mitigation measures. Key regulations entail pre-activity monitoring to ensure the safety of marine species, training for construction teams on compliance procedures, and restrictions against exceeding authorized take limits. The Holder is mandated to employ qualified Protected Species Observers (PSOs) to monitor marine mammal presence during construction activities and report all observations, including any incidents involving injuries or deaths. Monitoring reports must be submitted within specified timeframes, providing detailed data on marine mammals observed and construction activities conducted. Non-compliance with the terms may lead to revocation of the authorization. This document underscores the government’s commitment to balancing infrastructure development with the protection of marine wildlife.
Apr 17, 2025, 11:08 PM UTC
The document outlines the list of contract holders for the NMACC III, Pool 1, which includes a variety of construction firms selected to fulfill government contracts. Notable companies listed include Brasfield Gorrie, LLC; The Haskell Company; and Tutor Perini, among others. Each entry specifies the company name and its corresponding address, facilitating recognition and communication with these federal contractors. The identified firms are strategically located across various states, indicating a wide geographical representation in terms of potential project engagement. This compilation of contract holders plays a vital role in the administration of federal Request for Proposals (RFPs) and grants, allowing for systematic distribution of government contracts to qualified entities. The structure of the document is straightforward, presenting essential information in a clear format, pivotal for governmental procurement processes.
Apr 17, 2025, 11:08 PM UTC
The Sitka Waterfront Improvements project in Sitka, AK, aims to design and construct facilities for homeporting Offshore Patrol Cutters (OPCs) and Fast Response Cutters (FRCs) at Base Kodiak. The procurement process is a Design-Build (D-B) Request For Proposal (RFP), with a total performance period of 1,030 calendar days after task order award. Key deadlines include Pre-Proposal Inquiries due by April 11, 2025, and proposal submissions by April 25, 2025, both of which are subject to change via formal amendments. The project consists of a Base Item, which includes the design and construction of a new Seagoing Buoy Tender (WLB) wharf and approach pier, along with several Option Items. These options involve constructing a Boat Bay Maintenance Facility, conducting landside sitework, and designing a floating dock and mooring facilities for the FRC. The document stresses that all inquiries must be submitted in writing to designated contracting officers and outlines the details regarding the evaluation of options exercised at the contract award. This project reflects federal initiatives for enhancing maritime infrastructure to support U.S. Coast Guard operations.
Apr 17, 2025, 11:08 PM UTC
The Design-Build Sitka Waterfront Improvements project, under Contract NMACC III, aims to enhance the KUKUI Mooring in Sitka, Alaska, over a period of 1,030 calendar days. The solicitation number for this undertaking is #70Z05025R43000002, with a scheduled site visit on March 19, 2025. The document lists the attendees from five participating firms, including Caddell-Nova, AECOM-ECC, Whiting-Turner, Tudor-Perini, SECON, and Marble. Key participants from these firms are identified, suggesting a robust interest in the project among prominent construction and engineering companies. This project aligns with public infrastructure improvement initiatives, reflecting the government’s commitment to enhancing local maritime facilities and promoting economic development. The site visit likely served to engage stakeholders and assess the project's requirements, fostering collaboration among contractors. Overall, this document serves as a preliminary notice regarding the forthcoming improvements to the waterfront area in Sitka, signifying the federal government's investment in infrastructure and community enhancement.
Apr 17, 2025, 11:08 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
Buyer not available
The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
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.
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
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.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.