DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
ID: 70Z04726RPCNI0002Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDFDCC(00047)NORFOLK, VA, 23513, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS (Y1CZ)

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 proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.

    Files
    Title
    Posted
    This government Task Order Announcement (TOA) #70Z04725RPCNI0009, issued by the FACILITIES DESIGN AND CONSTRUCTION CENTER, is for a Design/Build Construction project for Phase 2 of the Engineering & Weapons Training (TEW) Building at the USCG Training Center (TRACEN) in Yorktown, Virginia. The project, with an approximate contract price limitation of $18 Million, involves the design and construction of an 18,700 SF addition to the existing Samuel Travis building. The scope includes a Base Item for the first floor and two Option Items for the “Faculty Admin” area and the “Land-Based Training room and Group Session Space” on the second floor. The contract performance period is 730 calendar days after the award of the Task Order for all items. A site visit is scheduled for November 13, 2025, and the deadline for questions is November 20, 2025. Proposals are due by December 10, 2025, at 12:00 PM EST.
    This document is a Standard Form 1442,
    This amendment to a solicitation for the DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN, VIRGINIA, primarily changes the solicitation number from 70Z04725RPCNI0009 to 70Z04726RPCNI0002 due to a government error. It also provides crucial information regarding a mandatory site visit scheduled for November 13, 2025, at 10 AM EST, including instructions and a map. Offerors must acknowledge this amendment via specified methods to avoid rejection of their proposals and should use the new solicitation number for all future correspondence. The amendment also details how responses to pre-proposal inquiries will be handled and attached. No other changes to the original solicitation are instituted by this amendment.
    This amendment (70Z04726RPCNI0002) updates the solicitation for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at USCG Training Center Yorktown, Virginia. Key changes include providing responses to Preproposal Inquiries (PPIs), updating the dates for Davis-Bacon Act Wage Determinations for York County, VA (VA20250169 to September 19, 2025, and VA20250204 to October 3, 2025), and including a Site Visit Log. Additionally, drawings and technical documents for Phase 1 will be distributed via DOD Safe to primary contacts of NMACC III, Pool 2 contract holders due to file size. Offerors must acknowledge this amendment to ensure their offer is not rejected.
    This government solicitation amendment for the DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN, VIRGINIA, updates critical aspects of the Request for Proposals (RFP). Key changes include extending the proposal due date to December 30, 2025, amending specific sections of the RFP Specification, and providing responses to Preproposal Inquiries (PPIs). Additionally, the amendment incorporates revised federal procurement policies and the Revolutionary FAR Overhaul, introducing updated provisions and clauses such as 52.204-7 System for Award Management, 52.240-90 Security Prohibitions and Exclusions Representations and Certifications, 52.240-91 Security Prohibitions and Exclusions, 52.223-1 Biobased Product Certification, 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts, 52.223-23 Sustainable Products and Services, 52.244-6 Subcontracts for Commercial Products and Commercial Services, and 52.225-11 Buy American-Construction Materials under Trade Agreements. These updates reflect new requirements for contractor registration, compliance with security prohibitions, sustainable product usage, and domestic preference in construction materials, all effective November 28, 2025.
    The document provides a physical address for the U.S. Coast Guard Training Center in Yorktown, VA, specifically noting a gravel parking lot available near the site. This detail suggests the document is likely part of a government solicitation or request for proposal (RFP) where a physical location and site access information are relevant for potential contractors or grant applicants. The main purpose is to identify a specific location with a practical detail about parking.
    Similar Opportunities
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Design/Build Construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a base item for the first floor and two option items for additional facilities on the second floor. The contract has an approximate price limitation of $18 million and is critical for enhancing training capabilities at the facility. Proposals are due by December 10, 2025, with a performance period of 730 calendar days, and interested parties should direct inquiries to Lauren Bossingham at lauren.d.bossingham2@uscg.mil or Barbara Williamson-Garris at barbara.l.williamson-Garris@uscg.mil.
    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.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project involves replacing flooring, seating, tables, wall wainscoting, and dividers in the auditorium space, with a requirement for the contractor to commence work within ten days of receiving the notice to proceed and complete the project by August 31, 2026. This procurement is significant as it supports the maintenance and functionality of essential facilities at the Academy, with an estimated contract value between $500,000 and $1,000,000. Interested small businesses must register in the System for Award Management (SAM) and can access solicitation documents starting November 12, 2025, with bids due by December 12, 2025, at 2:00 PM. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of approximately 22 Federal Pacific electric panels in Smith Hall at the U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while ensuring continuous power supply during the replacement process, with a completion deadline set for December 31, 2026. This Total Small Business Set-Aside opportunity has an estimated contract value between $1,000,000 and $5,000,000, with bids due by January 6, 2026, and a questions due date of December 17, 2025. Interested vendors should contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    REQUEST FOR INFORMATION / MARKET RESEARCH TO ACQUIRE A TRAINING FACILITY
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking information for the acquisition of a training facility to address a significant training space deficit. The Coast Guard aims to identify existing properties that can be adapted for recruit training, with a requirement for the facility to support lodging for 1,200 recruits, a dining facility for 400 personnel, a medical facility for 1,000 personnel, and various classrooms and recreational spaces, all operational within 12 months of acquisition or lease. This initiative is crucial for accommodating the projected workforce growth of up to 15,000 personnel, ensuring compliance with safety and environmental standards. Interested parties should direct their expressions of interest to Peter Spinella at Peter.c.spinella@uscg.mil or call 571-607-5443, with further details available on the USCG website.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    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.
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC III) to address construction, maintenance, and repair needs across various DHS facilities nationwide. The procurement aims to establish up to ten regional contracts, each with a base period of three years and two optional two-year extensions, with an anticipated aggregate capacity of $4 billion. These contracts will encompass a wide range of construction services, including marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build project delivery methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into January 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at John.Wright@uscg.mil.