Repair Waterfront - Phase I at USCG Station Portsmouth Harbor (New Castle, New Hampshire)
ID: 70Z0G125BSNNE0001Type: Solicitation
Overview

Buyer

DEPARTMENT OF HOMELAND SECURITYUS 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, specifically the U.S. Coast Guard, is soliciting bids for the "Repair Waterfront - Phase I" project at the USCG Station Portsmouth Harbor in New Castle, New Hampshire. This project involves various structural repairs to the existing boathouse pier system and associated floating docks, including replacing timber bracing, struts, and other components to ensure the integrity and functionality of the waterfront facilities. The total construction cost is estimated between $250,000 and $500,000, with a bid due date of July 8, 2025, at 2:00 PM EST, and a mandatory pre-bid site visit scheduled for June 27, 2025. Interested bidders must contact Cam Ormiston at cameron.h.ormiston@uscg.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for the contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Abstract of Offers - Construction" document details the bids received for the "Repair Waterfront – Phase I at USCG Station Portsmouth Harbor, New Castle, New Hampshire" project. Issued on June 5, 2025, and opened on July 8, 2025, the solicitation number is 70Z0G125BSNNE0001. The US Coast Guard Civil Engineering Unit Providence issued the solicitation. Three offers were received for the base bid: CJR Atlantic, Inc. ($255,000.00), C. White Marine, Inc. ($274,825.00), and Riverside Marine Construction Inc ($349,666.00). All three offerors provided 20% bid security and acknowledged one amendment, except for CJR Atlantic, Inc. which acknowledged zero. The government estimate for the project was $275,100.00.
    The document is an abstract of offers for a construction project titled "Repair Waterfront – Phase I" at the US Coast Guard Station Portsmouth Harbor in New Castle, New Hampshire. It reveals the solicitation number 70Z0G125BSNNE0001, issued on June 5, 2025, with bids opened on July 8, 2025. The contracting officer, Cam Ormiston, certifies the receipt and recording of all offers. Four contractors submitted bids, all including a bid security of 20%. The bids listed include CJR Atlantic, Inc. with a base bid of $275,100, White Marine, Inc. with $255,000, and Riverside Marine Construction, Inc. at $349,666. The document notes that one amendment was issued, and two bidders acknowledged it while one did not. This abstract is part of the government’s Request for Proposal (RFP) process aimed at selecting a qualified contractor for the waterfront repair project. The file represents a transparent approach to public procurement in line with federal regulations, ensuring competitive bidding and adherence to fiscal responsibility in government contracts.
    The 'INVITATION FOR BID' (Solicitation Number: 70Z0G125BSNNE0001), issued by the USCG Civil Engineering Unit Providence, seeks bids for Phase I waterfront repairs at USCG Station Portsmouth Harbor, New Castle, New Hampshire. This project, estimated between $250,000 and $500,000, is a 100% Total Small Business Set-aside. Bids are due by July 8, 2025, at 2:00 PM local time, Warwick, RI, with questions due by June 24, 2025. Key requirements include a 20% bid guarantee, 100% performance and payment bonds, and a 60-day acceptance period. Contractors must commence work within 10 days of notice to proceed and complete it within 77 days. The solicitation outlines specific clauses regarding hazardous substance removal, insurance, subcontractor data, and pricing adjustments. It also incorporates various FAR and DHS clauses, including those on whistleblower rights, prohibitions on Kaspersky Lab and certain telecommunications equipment, and limitations on subcontracting, emphasizing compliance with federal regulations.
    The document is an Invitation for Bid (IFB) for the Repair Waterfront – Phase I at the USCG Station Portsmouth Harbor in New Castle, New Hampshire, with Solicitation Number 70Z0G125BSNNE0001. Issued on June 5, 2025, bids are due by July 8, 2025, at 2:00 PM local time. This solicitation is exclusively for small businesses, requiring bidders to adhere to various instructions, including submitting a 20% bid guarantee and completing all required documents. The estimated project value is between $250,000 and $500,000. The contractor must include all applicable federal, state, and local taxes in their bids. Bidders are urged to visit the site to understand the work scope fully. The document outlines several key sections, including specifications, performance requirements, contract administration data, and clauses governing the execution of the contract. Specific insurance and bonding requirements are mentioned, as well as compliance with labor standards and other legal obligations. The deadline for any questions about the solicitation is June 24, 2025. Overall, this IFB serves to solicit competitive bids for a crucial infrastructure repair project, emphasizing transparency, compliance, and small business participation.
    Amendment 0001 to Solicitation #70Z0G125BSNNE0001 announces a mandatory pre-bid site visit for the "Repair Waterfront – Phase I at USCG Station Portsmouth Harbor" project. The site visit is scheduled for Friday, June 27, 2025, at 11:00 AM EST, at USCG Station Portsmouth Harbor, New Castle, New Hampshire. Interested offerors must RSVP to Cam Ormiston at Cameron.h.ormiston@uscg.mil by close of business on June 26, 2025, providing full names of attendees, otherwise access to the facility will be denied. Attendees must present a valid photo ID (REAL-ID compliant or alternative forms listed) and ensure vehicles have current registration and insurance. This will be the only government-scheduled site visit. All other terms and conditions of the solicitation remain unchanged.
    This government amendment pertains to Solicitation #70Z0G125BSNNE0001 for the Repair Waterfront – Phase I project at the USCG Station Portsmouth Harbor, New Castle, NH. It details a pre-bid site visit scheduled for June 27, 2025, at 11:00 AM EST, instructing interested offerors to RSVP to the Contract Specialist, Cam Ormiston, by June 26, 2025. The document outlines access requirements for U.S. Coast Guard facilities, emphasizing valid photo identification, including options for REAL-ID or pertinent alternative identifications. The amendment highlights that failure to RSVP may prevent access to the site, and all other solicitation terms remain unchanged. This notice encapsulates essential operational details for prospective bidders while emphasizing compliance with security measures related to accessing federal facilities.
    This government file outlines the specifications for Phase 1 of the "REPAIR WATERFRONT" project at Coast Guard Station Portsmouth Harbor in New Castle, New Hampshire. The project, identified by PSN 29238553, focuses on structural repairs to the existing boathouse pier system and associated floating docks. Key repairs include replacing timber bracing, struts, strakes, PVC rubstrips, rubber d-fenders, and handrail elements on the pier. For the floating docks, work involves replacing displaced timber rangers, guide pile blocks, connection brackets, and guide-posts. The document details administrative requirements, work restrictions, safety protocols, and submittal procedures, emphasizing compliance with federal, state, and local regulations. It also specifies requirements for contractor supervision, project meetings, and electronic communication, ensuring continuous operation of the USCG facility throughout the construction period.
    This government file outlines the "Repair Waterfront - Phase 1" project at the U.S. Coast Guard Station Portsmouth Harbor in New Castle, New Hampshire. The project focuses on repairing the pier system, specifically detailing work on various "cribs" (Cribs #1 through #5) and associated structures like floating docks. The document includes a drawing index covering general information such as cover sheets, abbreviations, general notes, and a work plan, as well as structural repair plans and detailed repair specifications for each crib. Key aspects include repairs to crib structures, strut replacements, handrail replacements, D-fender replacements, strake and PVC fender replacements, ranger repairs, fender block repairs, and guide post and guide pile repairs. The file also provides general facility information for the pier system and floating docks, including construction types, areas, design wind speeds, wave heights, and current restrictions. The overall purpose is to provide a comprehensive plan for the waterfront repair and modernization, ensuring structural integrity and operational functionality.
    This document, "General Decision Number: NH20250003," outlines prevailing wage rates and labor standards for heavy dredging projects in Hillsborough and Rockingham Counties, New Hampshire. It details wage classifications (A1-D) for various dredging roles, including Deck Captain, Crane Operator, Engineer, and Deckhand, with corresponding hourly rates and fringe benefits like paid holidays and vacation. The document emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts ($17.75/hour for contracts post-January 30, 2022, and $13.30/hour for contracts between January 1, 2015, and January 29, 2022). It also covers Executive Order 13706, requiring paid sick leave for federal contractors. The file provides an appeals process for wage determinations and clarifies identifiers for union, weighted union average, survey, and state-adopted wage rates.
    The General Decision Number NH20250025, effective March 14, 2025, outlines prevailing wage rates for heavy construction projects in Rockingham County, New Hampshire, under the Davis-Bacon Act. It specifies minimum wage requirements based on Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists prevailing wage rates and fringe benefits for various occupations, including Electricians, Ironworkers, Pipefitters, Carpenters, Laborers, and equipment Operators. It also details the application of Executive Order 13706, which mandates paid sick leave for federal contractors. The file concludes with a comprehensive appeals process for wage determination matters, explaining procedures for initial decisions, review by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
    The document outlines the specifications for the "Repair Waterfront – Phase 1" project conducted by the U.S. Coast Guard at the CG Station Portsmouth Harbor in New Castle, New Hampshire. The project involves essential structural repairs to the existing boathouse pier system and floating docks, including the replacement of damaged timber components, rubber fenders, and guide posts. It emphasizes compliance with federal, state, and local regulations, particularly regarding safety and environmental standards. Key sections detail project requirements, including work restrictions that ensure ongoing Coast Guard operations are not disrupted and facilitating safe access to emergency vessels. The contractor (KTR) must submit a construction schedule and maintain communication with the project officer. Safety protocols are highlighted, requiring experienced personnel on-site during all working hours. This document serves as part of a broader government initiative to ensure facility upkeep and operational readiness, reflecting the importance of infrastructure maintenance in supporting national security operations. Overall, adherence to the detailed specifications and regulatory compliance is critical for the project’s success and safety.
    The document outlines the Repair Waterfront - Phase 1 project at Coast Guard Station Portsmouth Harbor in New Castle, New Hampshire. It details the objectives of repairing various structural elements, including a pier system, floating docks, and associated infrastructure. The project encompasses multiple phases, indicated by a series of engineering drawings and specifications, including general notes, work plans, and existing conditions. Key components include repairs to the crib structures and various floating docks, each defined by specific construction materials, structural details, dimensions, and design standards. The document highlights the importance of code compliance with existing regulations, including flood zone considerations and wind load specifications for local environmental conditions. Additional sections include a drawing index categorizing respective engineering sheets, general notes for construction practices, demolition, and structural repair responsibilities. The engineering team, comprising the U.S. Coast Guard Civil Engineering Unit and the Lloyd-Collins Joint Venture consulting firm, is identified, ensuring collaboration on this essential infrastructure project aimed at enhancing operational safety and functionality at the harbor. The overall focus is on diligently maintaining and upgrading critical infrastructure for the U.S. Coast Guard operations.
    The document outlines the wage determination for heavy dredging contracts in Hillsborough and Rockingham counties, New Hampshire, as of February 21, 2025, under the Davis-Bacon Act. It specifies minimum wage rates that contractors must adhere to, based on contract award dates and applicable executive orders. For contracts effective on or after January 30, 2022, workers must be paid a minimum of $17.75 per hour, while earlier contracts continue at $13.30 per hour unless renewed post this date. Wage rates are detailed for various classifications of labor, including dredge operators and deckhands, each with specific hourly rates and fringe benefits. Contractors must comply with requirements for paid sick leave per Executive Order 13706, ensuring workers receive proper protections. The document emphasizes the appeals process for dissatisfied parties regarding wage determinations, providing contact information for the respective departments within the U.S. Department of Labor. This summary encapsulates the need for compliance with federal wage standards in government-funded construction projects, highlighting worker protections and ensuring equitable compensation in the dredging sector.
    The document outlines wage determinations for heavy construction projects in Rockingham County, New Hampshire, under the Davis-Bacon Act. It specifies that contracts must adhere to minimum wage rates established by Executive Orders 14026 and 13658 based on contract initiation dates. If contracts commence on or after January 30, 2022, workers must be paid at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour. The document lists applicable wage rates for various construction trades, such as electricians, ironworkers, and laborers, along with their corresponding fringe benefits. It details the process for wage determination appeals and emphasizes the requirement for contractors to submit conformance requests for unlisted classifications needed for work. Additionally, the document mentions paid sick leave provisions for federal contractors as mandated by Executive Order 13706. This summary serves to inform potential bidders and contractors about current wage requirements and legal obligations within this specific construction context.
    Similar Opportunities
    Loading similar opportunities...