Major Repairs Boiler Plant at the U.S. Coast Guard Academy, New London, CT (New London County)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
USCG CEU PROVIDENCE
Presolicitation No. 70Z0G126BCGA00002 Major Repairs Boiler Plant at the U.S. Coast Guard Academy, New London, CT (New London County)
Contractor shall provide all equipment, materials, labor, and supervision, necessary to renovate and provide new kitchenette, toilet, shower and locker room facilities in the Boiler Plant and Option Bid Work scope at the U.S. Coast Guard Academy.
1. Base Scope Work includes the removal of the existing kitchenette cabinets, toilet fixtures and portions of existing concrete floor slab for new work. Prepare selected existing walls and provide waterproofing. Provide new walls, doors, frames, hardware, ceilings, finishes, toilet accessories, lighting, plumbing, hvac and electrical to support the new kitchenette, toilet room, shower, washer/dryer and locker rooms.
2. Option Bid #1 Highland Tank Containment Area Renovations includes concrete slab removal, temporary supports, removal and reinstallation of utilities, sub-grade preparation, reinforced concrete slab placement, epoxy coating and related work.
3. Option Bid #2 Exterior Brick Masonry and Lintel Renovations includes exterior building façade masonry repair and repointing, steel lintel repair and wood trim prep and refinishing and related work.
4. Option Bid #3 Exterior Stair, Wall, and Paving Renovations includes removal and replacement of exterior stairs, walls, railings and pavement areas.
5. Option Bid #4 Force Sewer Main Relocation includes the removal of existing force sewer main and the installation of new force sewer main, manholes, paving and lawn area repair.
The estimated value of the procurement is between $1,000,000 and $5,000,000. A 20% bid guarantee is required. Performance and Payment bonds will be required. The applicable North American Industry Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction, with a small business size standard of $45.0 million. Solicitation packages will be available on or about 26 November 2025. The tentative date set for receipt of bids is 06 January 2026 at 2:00 p.m. Award is anticipated to be made late January 2026 or early February 2026. The performance period is estimated to be 180 calendar days from issuance of Notice to Proceed.
This acquisition is issued pursuant to FAR Part 14 Sealed Bidding and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue of the IFB at the following site: https://www.sam.gov. Vendors MUST be registered in the System for Award Management database through https://www.sam.gov in order to receive a federal government contract.
THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST AN INVITATION FOR BID (IFB) AFTER FIFTEEN DAYS. THIS NOTICE IS NOT AN INVITATION FOR BID. BIDS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.