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 Civil Engineering Unit - Juneau (CEUJ), has issued a solicitation for the construction of new residential housing in Seward, Alaska. This project, PN: 13611688, requires a contractor to build three new duplex-type housing units and includes an optional bid item for a maintenance support building. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will provide all necessary labor, materials, equipment, transportation, disposal, and supervision for the construction. The scope encompasses typical trades for new housing, including earthwork, utilities, and services, on U.S. Government-owned lots. All work must strictly adhere to the Specifications for PN 136116880 and Drawings for PN 13611688, as well as applicable prevailing wage rates (AK20260005). Optional upgrades include a metal roofing system, premium vinyl siding, and all plywood furniture construction casework. Offerors must demonstrate residential building experience.
Contract Details
- Contract Type: Firm-Fixed-Price Construction
- Period of Performance: 545 calendar days from award, with work commencing within 10 days of Notice to Proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1FZ - Construction Of Other Residential Buildings
- Department/Agency: Homeland Security / US Coast Guard
- Place of Performance: Seward, AK, United States
Key Dates & Submission
- Preproposal Conference: March 12, 2026, 9:30-10:30 AM AKST (see RFP for details).
- Site Visit: March 17, 2026, 1:00 PM AKST in Seward. Notification to Jacob Carse (jacob.r.carse@uscg.mil) required by March 9, 2026, 3:00 PM AKST.
- Questions Due: April 7, 2026, 12:00 PM AST.
- Proposals Due: April 21, 2026, 1:00 PM AKST.
- Submission Method: Email proposals to Cheryl A. Berry (Cheryl.A.Berry@uscg.mil) and John Wright (john.wright@uscg.mil). Email submissions are limited to 20MB; Attachment B photos may be sent in a separate email.
Evaluation Criteria
Award will be based on a best-value tradeoff process, considering the following factors:
- Planned Approach/Schedule & Risk Mitigation
- Prior Experience (using Attachment A and B)
- Past Performance (using Attachment C)
- Business/Price Proposal
Attachments & Requirements
Offerors must submit a Bid Bond (SF24) for 10% of the proposed price, completed CLIN pricing (using AMEND3 ATTACH 1 PRICING SCHEDULE), a summary price breakdown, and acknowledge all solicitation amendments by returning a signed copy of each with their proposal. Required forms include Attachment A (Prior Experience Overview Sheet) and Attachment B (Experience Information Form) for demonstrating qualifications, and Attachment C (Past Performance Questionnaire) for client feedback.