ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

SOLICITATION FOR NEW RESIDENTIAL HOUSING CONSTRUCTION IN SEWARD, ALASKA

DEPARTMENT OF HOMELAND SECURITY 70Z08726RMISC13611688
Response Deadline
May 21, 2026
13 days left
Days Remaining
13
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Coast Guard’s Civil Engineering Unit Juneau, through the Shore Infrastructure Logistics Center, is seeking a small-business contractor to construct new family housing in Seward, Alaska. The work calls for all labor, materials, equipment, transportation, disposal, and supervision needed to build three new duplex-type housing units, with an optional maintenance support building and associated site improvements. The project is for government-owned lots and requires work to follow the specified drawings and specifications, with residential building experience, bonds, insurance, and other solicitation requirements tied to evaluation and award. The period of performance is 545 calendar days from notice to proceed, and the revised solicitation is due May 21, 2026, at 1:00 PM AKST, with a signed copy of Amendment 0006 returned with the proposal.

Classification Codes

NAICS Code
236115
New Single-Family Housing Construction (except For-Sale Builders)
PSC Code
Y1FZ
CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS

Solicitation Documents

24 Files
04_13611688 ATTACHMENT A.xlsx
Excel21 KBMar 5, 2026
AI Summary
The document outlines requirements for federal government RFPs, specifically focusing on
05_13611688 ATTACHMENT B.docx
Word31 KBMay 8, 2026
AI Summary
Attachment B, the Experience Information Form, is designed for offerors to submit detailed information about their project experience. It requires the offeror's name, project title, and contract number. A key section mandates a description of the project's size, scope, and complexity, limited to a 12-point font. Offerors must also list relevant construction trades involved in the project, the firms that provided those trades, and a brief description of the jobs performed by each trade. Additionally, the form allows for the attachment of industry awards or special recognitions received for the project, with a maximum of one page, which is not included in the two-page limit for Attachment B. This form serves to assess the offeror's qualifications and experience for federal, state, or local government RFPs and grants.
06_13611688 ATTACHMENT C.docx
Word68 KBMay 8, 2026
AI Summary
The NAVFAC/USACE/USCG Past Performance Questionnaire (Form PPQ) is a standardized document used in federal government RFPs, grants, and state/local RFPs to evaluate contractor performance. It collects detailed information on contractor and client, including project description, contract type, and financial details. The form uses a comprehensive rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across key areas such as Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. This structured approach ensures a thorough assessment of a contractor's past work, aiding in evaluating performance risk for future solicitations. Clients are encouraged to complete and submit the questionnaire directly to the offeror, who then includes it in their proposal.
AMEND0003 70Z08725RMISC13611688 Seward.pdf
PDF207 KBMay 8, 2026
AI Summary
Amendment 0003 for RFP 70Z08726RMISC13611688, “Construct Seward Housing,” addresses prospective contractors' questions (6-28) and incorporates revised documents. Key updates include an amended Price Schedule with optional upgrades (metal roofs, premium vinyl siding, plywood furniture), and revised C-201 and G-002 sheets. The USCG Seward Housing Geotechnical Report is also incorporated. The proposal due date remains April 21, 2026, with the question period ending April 7, 2026. This amendment clarifies specifications for helical pilings, existing grades, unsuitable material disposal, classified fill requirements, stud heights, and ceiling elevations. It also confirms that building permits, including those from the City of Seward and Alaska Department of Environmental Conservation, are required and are the contractor's responsibility. The project is fully funded, and the contractor must provide and pay for project management software and special inspection services. The Notice to Proceed is anticipated after bond review. Other clarifications cover civil drawings, garage door specifications (windows, size for ADA unit, flush panel, wind load), and water system testing procedures.
70Z08726RMISC13611688_Seward_Housing_RFP.pdf
PDF858 KBMay 8, 2026
AI Summary
This Request for Proposal (RFP) (SOLICITATION NUMBER: 70Z08726RMISC13611688) outlines the United States Coast Guard's (USCG) requirement for the construction of new family housing in Seward, Alaska, including three duplex-type housing units and an optional maintenance support building (PN: 13611688). The project requires the contractor to furnish all labor, material, equipment, transportation, disposal, and supervision. Key dates include a Questions Deadline of April 7, 2026, and an Offer Due Date of April 21, 2026. A pre-proposal conference is scheduled for March 12, 2026, and a site visit for March 17, 2026. The period of performance is 545 calendar days from the date of award, with the contractor expected to begin work within 10 calendar days of receiving a notice to proceed. The RFP details proposal submission instructions, pricing schedules, contract clauses, and special requirements, including performance and payment bonds, insurance, and compliance with federal acquisition regulations and wage rates. The total proposed price for evaluation will include both the base construction services and the option item.
01_SPECS_PN13611688.pdf
PDF4476 KBMay 8, 2026
AI Summary
The “Seward Construct Housing” project, identified by number 13611688, is a federal government Request for Proposal (RFP) for the construction of housing units in Seward, Alaska. The project includes building a 4-bedroom duplex, a 3-bedroom duplex, an ADA-compliant 4-bedroom duplex, an optional accessory Support Building, and all associated site improvements. The RFP outlines general requirements, work restrictions, price and payment procedures, and administrative requirements, emphasizing adherence to federal acquisition regulations (FAR) and local building codes. Key administrative aspects include strict contracting officer authority, comprehensive submittal procedures for schedules, prices, and personnel lists, and detailed guidelines for contractor supervision, daily reporting, and meeting protocols. The contractor is responsible for obtaining permits, verifying utility locations, and ensuring compliance with all safety and environmental regulations, with specific requirements for personnel qualifications and insurance. The project schedule must be computer-generated, detailing all activities, durations, and critical paths, with monthly updates tied to payment requests. This RFP ensures a structured approach to constructing housing in Seward, Alaska, under rigorous governmental oversight.
AMEND0004 70Z08725RMISC13611688 Seward.pdf
PDF177 KBMay 8, 2026
AI Summary
Amendment 0004 for Request for Proposal 70Z08726RMISC13611688, "Construct Seward Housing," addresses prospective contractors' questions (29-51) and provides clarifications. Key updates include confirming manufacturers' standard gauges and factory-applied finishes for insulated residential overhead doors, and specifying a 16'x8' door for ADA garages. The amendment also clarifies floor elevations, deletes references to a missing drawing (A-311), and outlines that specifications for upgraded metal roofing, premium vinyl siding, and plywood furniture casework are based on design and allow for equal products. It details how retaining wall costs should be split among different CLINs (0001B, 0001C, 0001D), clarifies product types for ST-1 (Sheet Vinyl Flooring) and STR-1 (Rubber Stair Tread and Riser), and confirms no T-0 tank exists. The document specifies providing a NEMA 14-50 receptacle for EV chargers, designates Acuity Brands SPODMRA D WH BAA as the basis of design for dimmer switches, and mandates all 15 and 20A receptacles be tamper-proof. It also advises on proposal formatting regarding cover letters and summary price breakdowns, and amends Section 01 45 00 regarding Quality Control Personnel by striking the experience matrix requirement. The proposal due date remains April 21, and the question period ended April 7.
AMEND3 ATTACH 1 PRICING SCHEDULE.pdf
PDF117 KBMay 8, 2026
AI Summary
This Amended Pricing Schedule outlines the cost breakdown for federal government construction services, specifically for new family housing and optional upgrades. The main component, CLIN 0001, covers the construction of new family housing, detailing costs for mobilization, 4-bedroom duplexes, 3-bedroom duplexes, ADA duplexes, and demobilization. Additionally, several option items are available: Option Item 1001 for a new maintenance support building, and Option Items 2001, 3001, and 4001 for upgrades such as metal roofing, premium vinyl siding, and all-plywood furniture casework, respectively. The government reserves the right to award Option Item 1001 within 90 days after the award date, while Option Items 2001-4001 may be awarded at the time of the initial award. The total proposed price for evaluation includes the sum of CLIN 0001 and all option items, with evaluation following 52.217-5. This document is crucial for understanding the financial aspects and potential scope expansions of the construction project.
AMEND3 ATTACH2 C-201.pdf
PDF159 KBMay 8, 2026
AI Summary
The document outlines typical sections for a US Coast Guard housing project in Seward, Alaska, specifically for the CEU Juneau Civil Engineering Unit. It details site preparation requirements for the Support Building Option 1 and Duplex Typical Section, including structural fill compaction to 95% maximum density, placement of 4 inches of topsoil and seeding in unimproved areas, and removal of organic materials from building footprints and driveways. The plan includes grading specifications, such as a 6-foot high wooden fence, 1% minimum/5% maximum slopes for asphalt driveways, and maximum 10% slopes for other areas. Existing ground and finish grades are indicated, along with a 5-foot maximum retaining wall. The project involves BDS Architects and RESPEC Company, LLC, with a final design for construction dated December 2025.
AMEND3 ATTACH3 G-002.pdf
PDF528 KBMay 8, 2026
AI Summary
The Seward Family Housing Project involves constructing multiple wood-frame duplexes and an accessory support building with concrete foundations and crawl spaces. The project includes a two-story 4-bedroom duplex, a two-story 3-bedroom duplex, and a single-story 4-bedroom ADA duplex, along with a 1,008 square-foot support building. Site work includes extending a gravel pad, installing asphalt driveways, and landscaping with topsoil and seed, while existing utility stub-outs need realignment. Construction must adhere to the 2021 International Residential Code (IRC) and Seward, Alaska Code of Ordinances, with specific requirements for fire resistance, smoke and carbon monoxide detectors, and emergency escape windows. The project also outlines four bid options, including an aluminum standing seam metal roof, premium vinyl siding, and plywood furniture construction casework, allowing for material upgrades. The site is zoned Multi-Family Residential (R3) with specific setbacks and height restrictions.
AMEND3 ATTACH4 Geotechnical Report 10.1.2025.pdf
PDF2757 KBMay 8, 2026
AI Summary
RESPEC conducted a geotechnical investigation for the USCG Seward Housing project in Seward, Alaska, encompassing 4 buildings, driveways, parking, and utilities. Subsurface explorations using 4 boreholes revealed primarily native gravel, with some areas covered by 5-10 feet of gravel fill. No bedrock or groundwater was encountered within the exploration depths. The report provides design and construction recommendations for earthworks, shallow foundations, drainage, underground utilities, retaining walls, and pavement sections. Key recommendations include proper compaction of structural fill, removal of topsoil and silty sand, and specific bearing capacities for foundations. Seismic site classification is D ("Stiff Soil") with parameters Ss = 1.5 and S1 = 0.69.
AMEND0002 70Z08725RMISC13611688 Seward Housing.pdf
PDF412 KBMay 8, 2026
AI Summary
Amendment 0002 to RFP 70Z08726RMISC13611688, "Construct Seward Housing," modifies the solicitation by replacing pages 90-98 and providing updated instructions for proposal submission and evaluation. Key changes include revised guidelines for submitting questions, a scheduled site visit on March 17, 2026, and a pre-proposal conference on March 9, 2026. Proposals are due by April 21, 2026, 1:00 PM AKST, via email, and must include a bid bond, completed CLIN pricing, price breakdown, and acknowledgment of amendments. Evaluation factors include Planned Approach, Prior Experience (three relevant Type 5 residential new build projects within 10 years, minimum 9000 sq ft, similar climate), Past Performance, and Business/Price Proposal. Non-price factors combined are approximately equal to price, with the government aiming for a best value tradeoff award without discussions. Merit opportunities exist for proposals demonstrating experience in Coastal Alaska and projects involving duplexes.
AMEND2 04_13611688 ATTACHMENT A.xlsx
Excel24 KBMay 8, 2026
AI Summary
The document,
AMEND0001 70Z08726RMISC13611688 Seward Housing.pdf
PDF204 KBMay 8, 2026
AI Summary
Amendment 0001 to RFP 70Z08726RMISC13611688, "Construct Seward Housing," addresses prospective contractors' questions and clarifies solicitation details. This amendment provides answers to seven submitted questions, incorporates additional attachments (including site visit photos and various bond forms), and officially corrects the proposal due date to April 21, 2022, at 1:00 P.M. local time Juneau, AK. Key clarifications include the acceptance of previously obtained Past Performance Questionnaires, confirmation of a full self-adhering rubberized membrane roof, approval of 22-gauge galvalume steel with Kynar 500 coating, specification of Bituthene 3000 or equivalent for foundation waterproofing, correction of an interior elevation tag reference, and confirmation that the 100% drawing set should be used for bidding. Contractors are required to acknowledge and return a signed copy of this amendment with their proposal.
AMEND0005 70Z08725RMISC13611688 Seward.pdf
PDF163 KBMay 8, 2026
AI Summary
Amendment 0004 to Solicitation 70Z08726RMISC13611688, for the Construct Seward Housing project, extends the proposal due date to April 21, 2026. This amendment addresses prospective contractors' questions. Specifically, it clarifies that 22-gauge steel metal roofing cannot be substituted for 0.040-inch aluminum panels, requiring bids to adhere to the specified aluminum material. It also clarifies that all fencing for the project shall be 6 feet tall, resolving a discrepancy in drawings. Contractors must acknowledge receipt of this amendment by returning a signed copy with their proposal. A subsequent Amendment 0005 further details the project, reaffirming the previous answers regarding material specifications and fence height.
Amend 1 Attach 1 Site Visit Photos.pdf
PDF6293 KBMay 8, 2026
AI Summary
The document, part of Solicitation Number 70Z08726RMISC13611688 for Project PN: 13611688, titled "Construct Seward Housing," provides site photos for reference. These photos, taken on April 28, 2025, illustrate various aspects of the property. Key features include the east edge looking south with vegetative deposits and existing utilities, the north end of the site showing compacted gravel and rock, and the utility access road. The images also depict a newly completed residence and a nearby building at the northeast corner, along with a utility at the east edge of the property. The overall purpose of these site photos is to provide visual context and detailed references for the
Amend 1 Attach 2 SF25 Performance Bond.pdf
PDF710 KBMay 8, 2026
AI Summary
Standard Form 25 (SF 25) is a performance bond used in U.S. Government contracts to ensure that a principal (contractor) fulfills its contractual obligations. The bond binds the principal and surety(ies) to the United States of America for a specified penal sum. The obligation of the bond is void if the principal performs all undertakings, covenants, terms, conditions, and agreements of the contract, including any extensions or modifications, and pays all government-imposed taxes related to wages in construction contracts subject to 41 USC Chapter 31, Subchapter III, Bonds. The document outlines instructions for executing the bond, including requirements for corporate and individual sureties, liability limits, and the affixing of seals. It also notes that deviations from the form require GSA Administrator approval and provides information regarding the Paperwork Reduction Act.
Amend 1 Attach 3 SF25 Payment Bond.pdf
PDF700 KBMay 8, 2026
AI Summary
Standard Form 25A (SF25A) is a payment bond form mandated by the U.S. government for contracts requiring protection for labor and material suppliers. This form ensures that the principal (contractor) promptly pays all persons providing labor or materials for the specified contract and its modifications. Key instructions include providing the principal's legal name and business address, ensuring authorized signatures with evidence of authority if acting in a representative capacity, and detailing surety information. Corporate sureties must be on the Department of the Treasury's approved list, and co-surety arrangements must clearly state liability limits. Individual sureties require a completed Standard Form 28. The document also specifies signing and sealing requirements for both corporate and individual sureties. This form is essential for federal contracts to safeguard subcontractors and suppliers.
Amend 1 Attach 4 SF24 Bid Bond.pdf
PDF703 KBMay 8, 2026
AI Summary
Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a principal (bidder) will enter into a contract if their bid is accepted. This form outlines the obligations of both the principal and surety(ies) to the United States of America, ensuring that the government is compensated if the principal fails to execute contractual documents or provide required bonds after their bid is accepted. The penal sum of the bond can be expressed as a percentage of the bid price, with an optional maximum dollar limitation. Instructions for completing the form detail requirements for principals and sureties, including legal names, business addresses, types of organizations, and the proper execution and sealing of the bond. It also specifies the use of corporate sureties from the Department of the Treasury's approved list or individual sureties with accompanying affidavits, and addresses co-surety arrangements. The document clarifies that terms like “bid” and “bidder” encompass “proposal” and “offeror” in negotiated contracts, ensuring its applicability across various procurement methods. This form is essential for maintaining accountability and financial security in government bidding processes.
AMEND0006 70Z08726RMISC13611688 Seward Housing.pdf
PDF542 KBMay 8, 2026
AI Summary
Amendment 0006 to Solicitation No. 70Z08726RMISC13611688, issued on May 10, 2026, revises the Request for Proposal for the “Construct Seward Housing” project (Project No. 13611688). This amendment specifically updates Sections B, J, L, and M of the RFP and incorporates two new attachments: “Amend 0006 Attach 1 REV_70Z08726RMISC13611688_Seward_Housing_RFP” and “Amend 0006 Attach 2 Attachment D Stakeholder POC.” Offerors who have previously submitted proposals are required to resubmit their best and final offers by May 21, 2026, at 1:00 PM AKST. A signed copy of this amendment must be returned with the proposal.
AMEND6 ATTACH1REV70Z08726RMISC13611688_Seward_Housing_RFP.pdf
PDF1072 KBMay 8, 2026
AI Summary
The United States Coast Guard (USCG) Civil Engineering Unit Juneau has issued a Revised Request for Proposal (RFP) (SOLICITATION NUMBER: 70Z08726RMISC13611688) for the construction of new family housing in Seward, Alaska. The project, PN: 13611688, requires a contractor to furnish all labor, material, equipment, transportation, disposal, and supervision to build three new duplex-type housing units and an optional maintenance support building. Key dates include a questions deadline of May 15, 2026, and an offer due date of May 21, 2026. The period of performance is 545 calendar days from the notice to proceed. Offerors must provide full and accurate information, recheck figures, sign all documents, and use the correct price proposal form. Mandatory performance and payment bonds, along with insurance, are required within ten calendar days of award. The solicitation details contract clauses, administration, payment methods via the Invoice Processing Platform (IPP), and special requirements like VETS-4212 registration and adherence to wage rates.
AMEND6 ATTACH2 Attachment D_Stakeholder_POC.pdf
PDF54 KBMay 8, 2026
AI Summary
Attachment D 70Z08726RMISC13611688 is a form for collecting project experience and stakeholder contact information, likely for a government Request for Proposal (RFP), federal grant, or state/local RFP. It requires contractors to provide their firm's contact details, including phone number, point of contact, and email. The form also mandates correlation with submissions for 'Factor 2,' requesting specific project details such as name, location, contract number, award and completion dates (original and actual), and original and final contract award amounts. Additionally, it asks for stakeholder point of contact information, including firm name, phone number, point of contact, contact phone number, and email address. This document ensures transparency and accountability in project submissions, allowing government agencies to verify contractor experience and references.
02_Drawings_PN13611688 S3.pdf
PDF42971 KBMay 8, 2026
AI Summary
The document outlines the "DESIGN SEWARD HOUSING" project in Seward, Alaska, for the US Coast Guard Civil Engineering Unit Juneau. It details civil engineering plans, general construction notes, and utility installation requirements. The project involves developing several lots (17, 18A, 19A, 20A) with proposed ADA duplexes, 3-bedroom and 4-bedroom duplexes, and a support building. Key aspects include survey control data, site grading, utility plans for sewer and water services, erosion and sediment control measures, and specifications for roadway, driveway, and sidewalk construction. The file also includes details for segmental retaining walls and wooden fences, with a strong emphasis on adherence to City of Seward standards, AK DOT&PF specifications, and AWWA standards. It highlights coordination with city public works, utility locates, and on-site plan availability for the contractor.
03_WD_AK20260005_01.02.26.pdf
PDF46 KBMay 8, 2026
AI Summary
The AK20260005 General Decision Number outlines prevailing wage rates and fringe benefits for residential construction in various Alaskan counties, specifically Area III. It details classifications and rates for Power Equipment Operators, Laborers (divided by geographical parallel and longitude), and Truck Drivers. The document supersedes AK20250005 and includes specific classifications within each trade, differentiating between standard work and tunnel/underground work, which often entails a premium. Additionally, it lists rates for Carpenters, Cement Masons, Electricians, Plumbers, and other specialized trades, with some distinctions for specific tasks like HVAC work or insulation. The file also references Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors, respectively, and provides guidance on the wage determination appeals process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 21, 2026
amendedAmendment #1· Description UpdatedApr 1, 2026
amendedAmendment #2· Description UpdatedApr 10, 2026
amendedAmendment #3· Description UpdatedApr 15, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJun 5, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
CEU JUNEAU(00087)

Point of Contact

Name
John Wright

Place of Performance

Seward, Alaska, UNITED STATES

Official Sources