SOLICITATION FOR NEW RESIDENTIAL HOUSING CONSTRUCTION IN SEWARD, ALASKA
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.
Quick Summary
The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC), supporting the Civil Engineering Unit - Juneau (CEUJ), has issued a Solicitation for the construction of new residential housing in Seward, Alaska. This Total Small Business Set-Aside opportunity (PN: 13611688) requires a contractor to build three new duplex-type housing units, with an optional bid item for a maintenance support building. Proposals are due by April 21, 2026, at 1:00 PM AST.
Scope of Work
The project involves providing all labor, materials, equipment, transportation, disposal, and supervision for the construction of three duplex-type housing units on U.S. Government-owned lots in Seward, Alaska. The scope encompasses all typical trades for new housing construction, including earthwork, utilities, and services. All work must strictly adhere to Specifications for PN 136116880 and Drawings for PN 13611688. Offerors must demonstrate prior residential building experience. The solicitation includes bid options for material upgrades such as metal roofing, premium vinyl siding, and plywood casework.
Contract Details
- Contract Type: Firm-Fixed-Price Construction Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1FZ (Construction Of Other Residential Buildings)
- NAICS: 236115 (New Single-Family Housing Construction), Small Business Size Standard: $45M
- Period of Performance: 545 calendar days from award, with work commencing within 10 days of Notice to Proceed.
- Bonds: A 10% Bid Bond is required with the proposal. Performance and Payment Bonds (SF25, SF25A) will be required upon award.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates (AK20260005) is mandatory.
Submission Requirements & Evaluation
Proposals must be submitted via email to Cheryl A. Berry (Cheryl.A.Berry@uscg.mil) and John Wright (john.wright@uscg.mil) by the deadline. Email submissions are limited to 20MB. Required documents include a signed acknowledgment of all amendments, the 10% Bid Bond, completed CLIN pricing (using AMEND3 ATTACH 1 PRICING SCHEDULE), a summary price breakdown (no specific form), a Prior Experience Overview Sheet (AMEND2 04_13611688 ATTACHMENT A.xlsx) detailing up to three relevant residential projects within the last ten years (each supported by Attachment B), and a Past Performance Questionnaire (Attachment C) completed by clients. The government will use a best-value tradeoff process, evaluating proposals based on Planned Approach/Schedule & Risk Mitigation, Prior Experience, Past Performance, and Business/Price Proposal. Offers must remain valid for at least 90 calendar days.
Key Dates & Contacts
- Proposal Due Date: April 21, 2026, 1:00 PM AST
- Primary Contact: John Wright (john.wright@uscg.mil)
- Secondary Contact: Cheryl Berry (Cheryl.A.Berry@uscg.mil)