70Z03025QCLEV0038 - U.S Coast Guard Station Erie Fuel Farm Repair
ID: 70Z03025QCLEV0038Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

REPAIR OR ALTERATION OF FUEL STORAGE BUILDINGS (Z2GC)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking bids for the repair of the Fuel Farm at Coast Guard Station Erie in Pennsylvania. The project aims to modernize the facility by replacing outdated fuel dispensing equipment, including the installation of a new dual fuel dispenser, repairing cement cracks, and ensuring compliance with safety regulations. This procurement is crucial for maintaining operational efficiency and safety standards at the station. Interested contractors must submit their proposals, including a complete solicitation package, by the specified deadline, and can direct inquiries to Amanda D. Tobin at Amanda.D.Tobin@uscg.mil or by phone at 571-610-3904.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a reference information form for contractors responding to government Requests for Proposals (RFPs) and grants, specifically for a project at CG Base Cleveland. It requires detailed company information, including references for similar work, contact details, and the experience of the contractor in relevant fields. Key inquiries involve past employment termination, potential challenges in project completion, and the percentage of work subcontracted. Additionally, the form assesses compliance with the Davis Bacon Wage Act, stipulating that prevailing wages must align with federal regulations. Contractors must provide three project-specific references, including contact details, for validation. This form is part of the vetting process to ensure that selected vendors possess adequate experience and capability to fulfill government project requirements while adhering to legal and wage standards.
    This document is a Request for Information (RFI) form used by the U.S. Coast Guard Civil Engineering Unit in Cleveland. It facilitates communication between contractors and the Civil Engineering Unit regarding project details related to solicitations. The form includes sections for the requestor to fill out, such as solicitation number, project location, and specific inquiries, including specification sections or drawing numbers if discrepancies arise. The document emphasizes that any provided information serves to clarify the solicitation but does not alter its terms and conditions, unless indicated as a proposed change that will lead to an amendment. It requires the contact details of the requestor and outlines that responses will be prepared by designated personnel, ensuring proper communication and documentation throughout the process. This standardized approach supports efficient information exchange and ensures compliance with federal procurement procedures.
    This document outlines a Request for Quotation (RFQ) for the repair of the U.S. Coast Guard Station Erie Fuel Farm in Erie, PA. Bidders must submit a complete solicitation package, including a base quote that encompasses labor, materials, equipment, and supervision necessary for the project. The work should comply with the detailed specifications provided in the Coast Guard's Statement of Work. Key components include a specified performance period of 90 calendar days upon notice to proceed, with provisions for managing weather-related delays. The document highlights invoice submission procedures, emphasizing the need for contractors to be registered in the System for Award Management (SAM) and to utilize the Invoice Processing Platform (IPP) for electronic invoicing. Additionally, contractors must adhere to various insurance and bonding requirements based on the contract value, including certification of small business status. Significantly, the document incorporates specific clauses and federal regulations concerning labor standards, environmental considerations, and compliance with the Buy American Act. This contracting opportunity reflects the government's effort to maintain operational integrity while ensuring transparency and adherence to fiscal regulations in procurement processes. Overall, it illustrates the structured approach the federal government takes in engaging contractors for essential services.
    The U.S. Coast Guard is soliciting bids for the Erie Fuel Farm Repair Project, detailed in a formal solicitation document. This Invitation for Bid (IFB) outlines the requirements for contractors, including the necessity to complete the offer section fully and adhere to specific performance timelines. The contractor must furnish any required bonds and is encouraged to conduct a site visit to enhance their understanding of the project’s goals, as outlined in the Statement of Work. Offerors must submit their proposals to the designated Contracting Specialist and direct all queries related to the solicitation via the Request for Information protocol. The intended work has a clear performance period, and bids that do not meet the government's minimum acceptance timeline will be rejected. This solicitation reflects the government's structured approach to engaging contractors for public works projects, following federal regulations and emphasizing the importance of compliance and thorough understanding of project specifications before bidding.
    The document outlines a Statement of Work (SOW) for repairing the fuel farm at the Coast Guard Station Erie. The main purpose is to replace outdated and malfunctioning fuel dispensing equipment to ensure operational efficiency. The scope of work includes installing a new dual fuel dispenser for gasoline and diesel, replacing hoses and reels, repairing cement cracks in the containment area, replacing a rainwater drainage valve, and installing an emergency stop. Safety is emphasized, requiring compliance with federal regulations and the implementation of a safety program. The contractor is responsible for maintaining qualified personnel throughout the project and ensuring professional conduct in compliance with DHS policies. Access to work areas is detailed, along with the acceptance process for deliverables. Overall, this SOW emphasizes the need for modernization and compliance with safety standards, reflecting typical requirements found in federal RFP processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Yocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center, located at the U.S. Merchant Marine Academy in Kings Point, New York. The project involves the removal of existing underground storage tanks (USTs), dispensers, and associated systems, followed by the installation of new USTs and a dual product fuel dispenser, all while ensuring compliance with federal, state, and local regulations. This initiative is crucial for modernizing the fuel infrastructure while maintaining environmental safety and the historical integrity of the site. Interested contractors must submit their capability statements and responses to market research questions by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
    Request for InformationYocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, specifically the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center located at the United States Merchant Marine Academy in Kings Point, New York. The project involves replacing existing underground storage tanks and fuel dispensers with new double-walled fiberglass tanks and associated systems, while ensuring compliance with all relevant environmental and historic preservation regulations. This initiative is crucial for maintaining the Academy's infrastructure and ensuring safe operations, with a focus on minimizing disruption to academic activities during the project. Interested parties must submit their capability statements and responses to market research questions via email by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov 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.
    USCG Petaluma Propane
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Training Center Petaluma, is seeking proposals for the delivery of Liquid Propane Gas (LPG) under a federal contract set aside for small businesses. The contractor will be responsible for supplying LPG to eleven tanks located within the training center, with an estimated requirement of up to 140,000 gallons from March 1, 2025, to May 31, 2025, ensuring timely deliveries within four business days of notification. This procurement is critical for maintaining operational readiness at the Coast Guard facility, emphasizing the need for reliable fuel supply and adherence to safety and environmental regulations. Interested contractors must submit their proposals electronically by February 26, 2025, and can contact Sarah North at sarah.e.north@uscg.mil or 206-815-3212 for further information.
    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.
    DHS Emergency Fuel and Services for the Department of Homeland Security (DHS), Office of the Chief Readiness Support Officer (OCRSO)
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for Emergency Fuel and Services through a combined synopsis/solicitation aimed at ensuring operational readiness during emergencies. The procurement involves providing fuel logistics, including transportation, dispensing, and temporary storage of various fuel types, to support DHS operations across the continental U.S. (CONUS) and its territories (OCONUS) during natural and man-made disasters. This initiative is critical for maintaining national preparedness and efficient disaster response, with a focus on compliance with federal regulations and safety standards. Interested contractors can contact Ydelisa Cervantes at ydelisa.cervantes@hq.dhs.gov or Daniel Weingarten at Daniel.Weingarten@hq.dhs.gov for further details.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers with natural gas-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project aims to enhance energy efficiency and operational reliability at a critical facility, with an estimated construction cost between $500,000 and $1,000,000. This total small business set-aside opportunity requires contractors to submit bids by March 6, 2025, including a 20% bid guarantee, performance and payment bonds, and compliance with various federal regulations. Interested bidders should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, and are encouraged to attend the site visit scheduled for February 21, 2025.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor capabilities for the dry-dock repairs of the USCG STA Los Angeles/Long Beach vessel. The procurement aims to identify qualified small businesses that can perform extensive repairs, including inspections and renewals of various systems, under a firm-fixed price contract anticipated to last approximately 90 days. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring that vessels are in optimal condition for service. Interested contractors must submit their responses by March 3, 2025, and can direct inquiries to Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    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 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.