Design-Build Sitka Waterfront Improvements (Sitka, AK)
ID: 70Z05025R43000002Type: Solicitation
AwardedAug 14, 2025
$50.5M$50,475,000
AwardeeWHITING-TURNER CONTRACTING COMPANY, THE Towson MD 21286 USA
Award #:70Z04723DPCNI0006
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
    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 approach pier, along with optional enhancements such as a Boat Bay Maintenance Facility and a floating dock for Fast Response Cutters (FRCs). The project is critical for enhancing the operational capabilities of the Coast Guard and ensuring compliance with environmental regulations, particularly concerning marine life protection during construction activities. Interested contractors must submit their proposals by May 15, 2025, and can direct inquiries to Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil, with a total project value estimated at approximately $48 million and a performance period of 1,030 calendar days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document constitutes Amendment 005 of the solicitation related to Task Order Announcement #70Z05025R43000002 for the Design-Build Sitka Waterfront Improvements project. The amendment extends the deadline for proposal submissions and incorporates responses to pre-proposal inquiries, as well as specific changes to the project's specifications. Key updates include modifications to piping requirements, Closed Circuit Television (CCTV) system specifications, and emergency power needs for the boat bay building. The amendment also emphasizes that the U.S. Coast Guard remains the authority having jurisdiction and specifies that contractors must adhere to environmental compliance and permitting requirements established in prior documentation, including timelines for the Environmental Assessment and associated permits. The U.S. Coast Guard will not provide archaeologists or historians for compliance monitoring, which is the contractor's responsibility. Furthermore, the amendment reiterates the restriction on in-water construction between March 1 and June 1 to protect marine mammals. This document serves to clarify expectations for contractors involved in the project, ensuring adherence to regulatory requirements and smooth progress towards project completion.
    The document is an amendment to a solicitation for a construction project titled "Task Order Announcement #70Z05025R43000002 for Design-Build Sitka Waterfront Improvements," issued by the US Coast Guard. The amendment extends the proposal due date to May 15, 2025, and provides responses to pre-proposal inquiries, along with significant changes to project specifications. Key modifications include updates to project descriptions, security measures, structural specifications, and requirements for water and sewer utilities. Changes also address design standards, construction materials, project life expectancy, and environmental considerations. The amendment emphasizes the need for compliance with security standards, specifically the US Coast Guard Physical Security Manual, and details on materials to be used for construction and specified dimensions. It highlights requirements for enhanced physical security and proper waste management. Contractors must incorporate revised drawings and guidelines into their proposals, ensuring careful adherence to project requirements, codes, and government regulations. The document underscores the commitment to safety, environmental sustainability, and compliance with federal and local standards in completing the project.
    The document is an amendment to a solicitation/modification of a contract issued by the US Coast Guard for the Design-Build SITKA Waterfront Improvements project. It addresses inquiries made by potential bidders and includes updates to project specifications. Notably, the amendment clarifies the requirements for window treatments, specifying that all exterior windows must have motor-operated blinds with certain specifications rather than manual controls. Additionally, it modifies the fencing requirements to encompass the original and expanded site areas. The document states that bidders must acknowledge the amendment in their proposals, creating a potential impact on the submission timeline. The amendment also confirms the necessity of a separate bilge and oily waste piping system per established guidelines, ensuring compliance with the Uniform Federal Cost Accounting Standards (UFC). Overall, this amendment serves to refine project details and maintain alignment among bidders, facilitating a clearer understanding of the scopes and requirements. This level of detail is essential in government RFPs to ensure all stakeholders are well-informed, reducing bid discrepancies and enhancing project execution.
    The Sitka Moorings project aims to construct shore facilities and infrastructure to accommodate one Fast Response Cutter (FRC) in Sitka, Alaska. The project involves extensive demolition activities, including the removal of existing utilities, asphalt paving, fences, light poles, and other site features necessary for the new construction. Key components include the establishment of a fully operational approach pier, WLB wharf, and FRC dock, with relevant utilities and storm drainage systems. The timeline outlines four submission phases: a concept drawing, followed by 65% and 95% draft submissions, leading to a final submission slated for January 21, 2025. Specific requirements involve ensuring the relocation of salvaged items in coordination with local property owners and adhering to federal guidelines. Additionally, the utility plan indicates the integration of various sanitary, fire, and stormwater systems essential for the dock’s operation. The document emphasizes the importance of safety in construction processes, including adherence to electrical and utility specifications according to local and national standards. This project demonstrates a commitment to enhancing operational capabilities for the U.S. Coast Guard while incorporating necessary safety and environmental considerations.
    The "Electrical Shore Ties (Rev B)" Configuration Standard Technical Order (CSTO) establishes guidelines for the design and implementation of electrical shore tie systems for U.S. Coast Guard facilities. The order directs that resource managers ensure compliance with its provisions. This revision mandates that certain previously recommended practices become requirements, updates appendices, and specifies that no additional training is needed for implementation. The document delineates responsibilities between the Shore Infrastructure Logistics Center (SILC) and other entities, such as the Surface Forces Logistics Center (SFLC), regarding shore tie components and systems. It focuses on standardization for compatibility across Coast Guard vessels, providing strict design criteria and environmental considerations for equipment like receptacles and transformers. Emphasis is placed on safety and operational efficiency, requiring features such as mechanical interlocks to prevent energized operations. By codifying these technical standards, the CSTO aims to improve waterfront operations and vessel interoperability, supporting government objectives in maintaining readiness and compliance across Coast Guard infrastructure. Overall, the CSTO is essential for federal and local compliance in electrical systems and operations.
    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.
    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.
    The U.S. Coast Guard (USCG) is proposing dock construction projects in Seward and Sitka, Alaska, requiring consultation under the Endangered Species Act (ESA) due to potential impacts on endangered species such as the Steller sea lion and various humpback whale populations. This consultation, led by the National Marine Fisheries Service (NMFS), assesses the biological and environmental effects of these activities, including pile driving and down-the-hole drilling for new docks. Key findings indicate that the projects would likely adversely affect certain marine species, while precautionary mitigation measures are planned to minimize these impacts, including monitoring activities, implementing shutdown zones if marine mammals are detected nearby, and adhering to strict operational guidelines to protect marine life. Additionally, provisions for incidental harassment authorizations (IHA) will be established to cover interactions with listed marine mammals during construction. The consultation process involved comprehensive background research, stakeholder communications, and adherence to environmental regulatory requirements to ensure compliance with the ESA and the Marine Mammal Protection Act. Overall, this document outlines the USCG's efforts to balance infrastructure development with conservation of threatened species in the region.
    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.
    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.
    This document establishes the standards for U.S. Coast Guard Shore Tie cables as part of their C4&IT infrastructure. Effective from June 19, 2013, it details specifications for the cables, connectors, configurations, and assembly procedures essential for ensuring reliable shipboard connectivity to shore facilities. The primary cable utilized is Belden's 9389, an 18 gauge, 6-pair stranded cable that meets cat 5 data compliance and is lighter than previous versions, enhancing performance. It mandates the use of Russell Stoll SKW series connectors to minimize corrosion and provides guidelines on pin configurations for various cutters, including National Security Cutters and Fast Response Cutters. The document also outlines maintenance responsibilities, delineating that local Engineering Support Units (ESU) will support shore tie cables, with specific units maintaining their cables if capable. Overall, this standardization aims to streamline communications and improve the technological infrastructure for operations within the U.S. Coast Guard.
    The City and Borough of Sitka's Electric Utility Construction Guidelines outline necessary procedures and standards for electric utility system installations. All installations must adhere to the National Electrical Code (NEC), the National Electrical Safety Code (NESC), and local Sitka design guidelines. Key requirements include obtaining an inspection certificate prior to energizing facilities, submitting detailed engineering documents for large loads, and ensuring all equipment is new and compliant. Customers are responsible for maintaining service entrances, disconnects, and clear access to meters. Additionally, guidelines specify the installation of certain electric components, including motors, capacitors, and safety equipment, which must be pre-approved by the utility. The document emphasizes the utility's right to refuse service for compliance violations or hazardous conditions and outlines responsibilities for emergency situations and system disturbances. Overall, these guidelines ensure safe, efficient, and compliant electrical installations within Sitka's jurisdiction, reflecting regulatory oversight typical in government RFPs and local initiatives.
    Similar Opportunities
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    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.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    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 KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.