ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253

DEPARTMENT OF HOMELAND SECURITY IFB70Z0G126BSNY00130
Response Deadline
Dec 11, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a major maintenance and repair project at the U.S. Coast Guard Station New York located in Staten Island, NY. The project entails the replacement and repair of several floating docks, dock guide piles, and breakwater piles, along with addressing various structural issues at the boat ramp seawall, with four optional bid items for additional work. This procurement is critical for maintaining the operational readiness and safety of the Coast Guard facility, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by December 11, 2025, and can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Sean Waldron at sean.e.waldron@uscg.mil for further information.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Z2PZ
REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES

Solicitation Documents

14 Files
12e SF-30 - Amendment 0004.pdf
PDF581 KB12/11/2025
AI Summary
Amendment 0004 to Solicitation 70Z0G126BSNY00130, effective November 20, 2025, addresses various questions from potential offerors regarding a USCG Civil Engineering Unit Providence project. Key updates include a second site visit on November 24, 2025, from 2:30 PM to 3:30 PM at 10 Search Lane, Staten Island, NY, and an extension of the bid opening date to Thursday, December 11, 2025, at 2:00 PM. The amendment clarifies contractor responsibilities for working hours, recoating specifications for steel structures, crane usage restrictions near the seawall, and the unacceptability of extracting and reinstalling existing steel guide piles. It also states that offsite storage costs are the contractor's responsibility, and certain repairs will remain lump sum. The USCG confirmed no liquidated damages, contractor responsibility for special inspections, and provided updated design values for timber facing boards. Shotcrete is not an acceptable repair method for spall repairs, and as-built weights for existing floats are unavailable. Unforeseen conditions will be addressed with a repair procedure and proposal request from the contractor. All questions related to the second site visit must be submitted by November 28, 2025, at 4:00 PM EST.
12f SF30 - Amendment 0005.pdf
PDF508 KB12/11/2025
AI Summary
Amendment 0005 to Solicitation No. 70Z0G126BSNY00130, effective December 1, 2025, provides crucial clarifications and a reminder regarding the bid opening. The amendment addresses questions from potential offerors, including detailed instructions on electrical phasing for the existing Electrical Panel at the Main Floating Dock (Q26/A26) and the location of upland light poles on the north breakwater (Q27/A27). It also confirms that this requirement is a total small business set-aside, encouraging all interested small businesses to submit bids (Q28/A28). The bid opening date remains December 11, 2025, at 2:00 p.m., with electronic bids not accepted. The document corrects the IFB document number to 70Z0G126BSNY00130 and states that no further questions will be accepted, emphasizing adherence to the established timeline and procedures.
17a Abstract of Offers - IFB 70Z0G126BSNY00130.pdf
PDF525 KB12/11/2025
AI Summary
The USCG CEU Providence issued a solicitation (70Z0G126BSYN00130) on October 28, 2025, for a major maintenance and repair project at the U.S. Coast Guard Station New York, Staten Island (PSN 18362253). The project involves waterfront improvements, including the replacement of multiple floating docks (F, A&B, MRG) and the removal of a boat hoist trolley crane. Six offers were received and opened on December 11, 2025. The bids ranged from $4,395,000.00 (Sajid Contracting Corp.) to $12,399,504.00 (Cecos Group, LLC) for the total lump sum of all items, including the base offer and four option items. All offerors acknowledged amendments 0001 through 0006 and provided a 20% bid security. Nadine Provost, Contract Specialist, certified the opening and recording of all offers.
12g SF30 - Amendment 0006 - Attachment 1 - Sign In Sheet Site Visit 11-24-25.pdf
PDF103 KB12/11/2025
AI Summary
The document is a sign-in sheet for a site visit conducted on November 24, 2025, at 2:30 P.M. The site visit, named "MAJOR M WATERFRONT," involved various individuals and companies. Attendees included Edward Kehoe from REICON Group, Michael Matrove from Valle Electric, and representatives from NE SEACOAST and Molloy Electric Inc. The sheet specifies their positions, company affiliations, and whether they are prime contractors or subcontractors, along with contact information. This type of document is commonly found in government RFPs or procurement processes to record attendance at pre-bid meetings or site visits, ensuring all potential bidders or grantees have the same information and opportunity to assess the project scope.
12g SF30 - Amendment 0006.pdf
PDF488 KB12/11/2025
AI Summary
Amendment 0006 to Solicitation No. 70Z0G126BSNY00130, effective December 5, 2025, provides a list of attendees from the second site visit held on November 24, 2025 (Attachment 1). This amendment applies to offers and requires acknowledgment from potential offerors. Offers must acknowledge receipt by completing specific items, acknowledging on each offer copy, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of offers. The amendment aims to update potential offerors with crucial information following the site visit.
3c Specifications 18362253.pdf
PDF5471 KB12/11/2025
AI Summary
The Department of Homeland Security, U.S. Coast Guard, is issuing specifications for major maintenance and repair of the waterfront at USCG STA New York in Staten Island, NY, scheduled for May 2025. The project, identified as PSN: 18362253, includes a base bid item and four optional bid items focused on replacing and repairing various floating docks, guide piles, breakwaters, the south pier, and the seawall. The work will be phased to minimize disruption to Coast Guard operations and is subject to exclusionary periods during major events like the United Nations General Assembly and NYC Fleet Week. The contractor must comply with all federal, state, and local regulations, including environmental permits and the Buy American Act. Strict administrative requirements are outlined for supervision, meetings, scheduling, and submittal procedures, with an emphasis on safety and quality control. The file details the required documentation and coordination for a successful project execution.
SF24 - Bid Bond form.pdf
PDF703 KB12/11/2025
AI Summary
The Standard Form 24 (SF 24),
12a IFB 70Z0G126BSNY00130.pdf
PDF1227 KB12/11/2025
AI Summary
This Invitation for Bid (IFB) outlines a 100% Total Small Business Set-aside solicitation (70Z0G126BSNY00130) for major maintenance and repair (M&R) of the waterfront at U.S. Coast Guard Station New York, Staten Island. The project, estimated between $5 million and $10 million, involves replacing and repairing floating docks, dock guide piles, breakwater piles, and boat ramp seawall cracks. Four optional bid items include replacing specific floating docks, a gangway, and removing a boat hoist trolley crane. Bidders must use Bellingham Marine Precast Concrete Floating Docks for compatibility. A 20% bid guarantee, performance bonds, and payment bonds for 100% of the award amount are required. Funds are not currently available, and the government reserves the right to cancel. Key dates include a questions due date of November 18, 2025, and bids due by November 25, 2025, at 2:00 PM LOCAL TIME, Warwick, RI. Work is to commence within 10 days of notice to proceed and be completed within 300 calendar days, with exclusionary periods in July and September 2026. Bidders must submit electronic payment requests via the Invoice Processing Platform (IPP) and adhere to various FAR and HSAR clauses, including limitations on subcontracting for small businesses and prohibitions on certain telecommunications equipment.
12c Amendment 0002.pdf
PDF789 KB12/11/2025
AI Summary
Amendment 0002 to solicitation 70Z0G126BSNY00130 addresses contractor questions regarding work at Station New York, clarifying operational guidelines and site access. It permits contractors to use boats or floating platforms, provided they adhere to work restrictions, do not obstruct station operations, and are identified in a pre-construction submittal. The government will provide reasonable accommodations for mooring, but contractors must remove platforms during "no work" periods and are responsible for their seaworthiness. The amendment also details access to fresh water via fire hydrants with specific connection requirements and electricity from designated locations, both subject to COR approval and adherence to safety and code standards. This amendment ensures clarity and safety for contractors while maintaining Coast Guard operational integrity.
12d Amendment 0003 - Attachment 1 Site Visit Sign-In Sheet.pdf
PDF91 KB12/11/2025
AI Summary
The document outlines the attendees for a site visit and TEAMS meeting related to the USCG STATION NEW YORK - MAJOR M&R WATERFRONT project, identified by Invitation for Bid Solicitation Number: 70ZOG126BSNY00130 and Shore Asset Management Number: 18362253. The meeting took place on November 5, 2025, at 1:00 PM Eastern Time. Attendees included representatives from the US Coast Guard, Michels Construction Inc., Ballard Marine, Phoenix Marine, Zack Painting, CELOS Group, A GATE CONSTRUCTION, COMMERCE CONSTRUCTION, and Cal Dancon Group LLC. The purpose of this gathering was likely to discuss the scope and requirements of the maintenance and repair project for the waterfront assets at USCG Station New York, a common practice in federal government RFPs to facilitate understanding among potential bidders.
12d Amendment 0003.pdf
PDF242 KB12/11/2025
AI Summary
Amendment 0003 to solicitation 70Z0G126BSNY00130 addresses questions from potential offerors and provides a site visit sign-in sheet. Key clarifications include that "reference documents" on Contract Drawing G-002 are not required for bidding but will be provided to the successful offeror. Additionally, detailed instructions for pile encasement repairs on Drawing C-105 and S-506 are provided, specifying repairs from the underside of the pile cap to 2'-0" below the existing mudline for all 36 piles. A schedule of vertical repair lengths for each bent is included, to be added to drawing C-105. Offerors must acknowledge this amendment to ensure their bids are considered.
12b Amendment 0001.pdf
PDF499 KB12/11/2025
AI Summary
Amendment 0001 to Solicitation No. 70Z0G126BSNY00130, issued by the USCG Civil Engineering Unit Providence, extends the bid due date to December 2, 2025, at 2:00 p.m. This amendment also reminds potential offerors of a scheduled site visit on November 5, 2025, at 1:00 p.m. to view the waterfront/floating docks and assess existing conditions. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
7n Construction Wage Determination NY20240003 10-3-25 NY03.pdf
PDF4847 KB12/11/2025
AI Summary
General Decision Number: NY20250003, issued October 3, 2025, outlines prevailing wage rates for construction projects in Bronx, Kings, New York, Queens, and Richmond Counties, New York. This supersedes NY20240003 and covers Building, Heavy, Highway, and Residential construction. Contracts are subject to Executive Orders 14026 or 13658, requiring minimum wage rates of $17.75 or $13.30 per hour, respectively, in 2025, or the higher applicable wage determination rate. The document details specific wage rates and fringe benefits for various craft classifications, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It also includes information on paid sick leave for federal contractors under EO 13706 and the wage determination appeals process for addressing disagreements regarding classifications and rates.
3c Drawings.pdf
PDF14044 KB12/11/2025
AI Summary
The government file details the "MAJOR M&R WATERFRONT (FY25 CPOP)" project for the U.S. Coast Guard Station New York in Staten Island, Richmond County, New York. This project involves significant maintenance and repair of waterfront infrastructure, including marginal floats (small boats), boarding floats, breakwaters, a south pier, and a concrete bulkhead/seawall. The scope of work is divided into a base bid item (BBI) and four optional bid items (OBIs), encompassing demolition, repair, and replacement of various components like floating docks, guide piles, timber facing boards, and electrical systems. The project emphasizes adherence to design codes, environmental protection, and continuous USCG operations. It requires extensive coordination, detailed planning for utility protection, and compliance with federal, state, and municipal regulations, including specific permits from USACE, NYSDEC, and NYSDOS. The project is critical for maintaining the operational readiness and safety of the USCG facility, with an exclusionary period noted for the UN General Assembly support.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 28, 2025
amendedAmendment #1Oct 29, 2025
amendedAmendment #2Nov 7, 2025
amendedAmendment #3Nov 7, 2025
amendedAmendment #4Nov 20, 2025
amendedAmendment #5Dec 1, 2025
amendedAmendment #6Dec 5, 2025
amendedLatest AmendmentDec 11, 2025
deadlineResponse DeadlineDec 11, 2025
expiryArchive DateJan 31, 2026

Agency Information

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

Point of Contact

Name
Nadine Provost, Contract Specialist

Place of Performance

Staten Island, New York, UNITED STATES

Official Sources