Removal and Replacement of Grease Interceptor
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 Base Kodiak, under the Department of Homeland Security, is soliciting quotes for the Removal and Replacement of a Grease Interceptor at the U.S. Coast Guard Air Station Cordova, AK. This is a Total Small Business Set-Aside opportunity, requiring specialized construction services. Quotes are due by March 3, 2026, at 1:00 p.m. Alaska time.
Scope of Work
This requirement involves the comprehensive removal and replacement of a failed grease interceptor and the rehabilitation of approximately 135 linear feet (LF) of existing cast iron pipe using Cured-In-Place-Pipe (CIPP) technology. Key tasks include:
- Excavation and removal of the existing grease interceptor.
- Installation of a new polyethylene grease interceptor.
- Rehabilitation of 45 LF of 3-inch and 90 LF of 4-inch cast iron pipe.
- Reinstatement of 15 connecting branch lines post-CIPP installation.
- Backfilling and reinstallation of the concrete floor, leaving it 1/4 inch low for future flooring.
Performance must be completed within 90 days after the notice to proceed. The place of performance is U.S. Coast Guard Air Station Cordova, Mile 13 Copper River Hwy, Cordova, AK 99574.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M small business size standard.
- Set-Aside: Total Small Business Set-Aside.
- Pricing: Firm-fixed price for the entire effort.
- Wage Requirements: Construction Wage Rate Requirements (FAR 22.402-3) are applicable, requiring certified payrolls. Wage Determination AK20260001, effective 01/02/2026, specifies prevailing wage rates and fringe benefits for Alaska Statewide construction projects.
- Payment Protections: Bid bonds are not required. For contracts between $35K and $150K, alternative payment protections per FAR 52.228-13 are necessary (e.g., payment bond, irrevocable letter of credit, certificate of deposit).
Evaluation Factors
Award will be based on a best value determination, where technical expertise and current Alaska licensing are considered more important than price. Offerors must submit a technical capability section (max 5 pages) demonstrating:
- Knowledge and experience installing similar materials.
- Evidence of a valid Alaska General Contractor or Electrical Contractor License. While the prime contractor is not mandated to hold the license, evidence of such a license is required from the offeror.
Key Dates & Submission
- Questions Due: February 23, 2026, 1:00 p.m. Alaska time.
- Quotes Due: March 3, 2026, 1:00 p.m. Alaska time.
- Submission: Quotes and questions must be submitted via email to Robbin Kessler at robbin.m.kessler@uscg.mil. Quotes should include two points of contact and remain valid for 30 days.
- Site Visit: A site visit is recommended and can be scheduled Monday-Friday, 0800-1600, in Cordova by contacting the Contracting Officer (KO) and/or AMTC Joshua Stewart.