MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
ID: IFB70Z0G126BSNY00130Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU PROVIDENCE(000G1)WARWICK, RI, 02886, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The Standard Form 24 (SF 24),
    Similar Opportunities
    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.
    Dredge Entrance Channel (FY26) CG Station Eaton’s Neck
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for maintenance dredging of the entrance channel at USCG Station Eaton’s Neck in Northport, New York. The contractor will be responsible for mechanically dredging approximately 6,000 cubic yards of sand, gravel, and cobbles, ensuring that navigation through the channel remains unobstructed at all times, with all work to be completed by March 24, 2026, due to permitting restrictions. This project is a total small business set-aside, with an estimated value between $500,000 and $1,000,000, requiring a 20% bid guarantee and performance and payment bonds. Interested bidders must submit their proposals by December 23, 2025, and can contact Cintia Desrosiers-Rivera at Cintia.m.desrosiers-rivera@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil for further information.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    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 entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    Drydock (DD) USCG THETIS DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for drydock repairs for the USCGC THETIS (WMEC 910) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing comprehensive drydock repair services, including hull plating, propulsion shafting, and various maintenance tasks, to ensure the vessel's operational readiness. This opportunity is crucial for maintaining the Coast Guard's fleet and ensuring the safety and efficiency of maritime operations. Interested companies must submit their capabilities and relevant documentation to Kaity George at kaity.george@uscg.mil by 1:00 PM EST on December 5, 2026, with the anticipated performance period set from June 15, 2026, to September 12, 2026.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) in Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull preservation, inspection and overhaul of propulsion components, and cleaning of various tanks, with the contract expected to be awarded as a Single Award Firm-Fixed Price Contract. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their quotations by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY during fiscal year 2026. The procurement involves extensive maintenance and repair work, including ultrasonic testing, hull preservation, mechanical overhauls, and system upgrades, with specific performance periods set for each vessel. These repairs are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to ensure their offers are considered.
    DRYDOCK: USCGC PETREL DRY DOCK AVAILABILITY FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock repairs for the USCGC PETREL (WPB-87350) during the fiscal year 2026. The procurement involves extensive maintenance tasks, including hull preservation, propulsion system overhauls, and upgrades to electrical and HVAC systems, with a focus on ensuring the vessel's operational readiness and structural integrity. This contract is critical for maintaining the Coast Guard's fleet capabilities and adheres to strict safety and environmental standards. Interested parties should note that the solicitation closes on December 8, 2025, and may contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC DILIGENCE Dockside Repairs FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC DILIGENCE (WMEC-616) during fiscal year 2026. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various tanks, propulsion shafting alignment, and renewing hull and structural plating, all to be conducted at the cutter's home port in Pensacola, Florida. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on December 5, 2025, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period set for July 1 to August 25, 2025.