Truck Fueling Station Modification at USCG Air Station Miami
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 (USCG) Procurement & Contracting Office is soliciting proposals for a Truck Fueling Station Modification at USCG Air Station Miami, FL. This project aims to restore organic fueling capabilities by re-installing existing components at a modified offloading module, ensuring compliance with Coast Guard fueling policies. This is a Total Small Business Set-Aside with a firm-fixed-price contract not to exceed $47.5K. Proposals are due Monday, April 13, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide all equipment, materials, tools, and labor to modify the fueling station. This includes utilizing existing components (trough, load hose/swivel, some piping, instrumentation) and procuring new pipe, fittings, structural steel, gaskets, and stud bolt fasteners. Key tasks involve:
- Uninstalling existing piping and equipment.
- Installing a blind flange on an existing 4" isolation valve.
- Preparing, forming, and pouring two equipment pad foundations.
- Fabricating and installing two new pipe supports and equipment stands.
- Performing Lockout/Tagout (LOTO) and isolating the load rack line.
- Fabricating a 4" SS spool piece for piping alignment.
- Installing current load position equipment at the new truck fueling station.
- Conducting system checks, restoration, purging, and functionality testing.
- Cleaning up the work area. The work must be completed within 30 calendar days after the notice to proceed.
Contract Details
- Contract Type: Firm-Fixed-Price
- Magnitude: Not to exceed $47.5K
- Set-Aside: Total Small Business
- NAICS Code: 238190 (Other Foundation, Structure, And Building Exterior Contractors)
- Warranty: One year from substantial completion.
- Key Regulations: Subject to Davis-Bacon Act compliance (Wage Rates FL20260215), FAR Part 36 and 13, and specific FAR clauses (52.236-2, 52.236-3, 52.236-5, 52.236-7).
Submission & Evaluation
- Proposals Due: Monday, April 13, 2026, at 11:00 AM EST.
- Submission Method: Email to Mehdi.Bouayad@uscg.mil or Mailed Bids.
- Required Submissions: Technical Proposal (demonstrating capability/experience), Price Proposal (detailed cost breakdown), and Past Performance References.
- Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) or Best Value, considering Technical Acceptability, Past Performance, and Price Reasonableness.
Site Visit & Inquiries
- Site Visit: Highly encouraged but not mandatory, scheduled for Wednesday, April 1, 2026, at 10:00 AM EST. Contact LT Thomas Jones at 305-619-0573 or Thomas.M.Jones@uscg.mil at least 3 working days in advance to arrange a tour.
- Inquiries: All questions must be submitted in writing to LT Thomas M. Jones by Friday, April 10, 2026, COB.
Special Requirements
Contractors must comply with OSHA standards, USACE Safety Manual EM 385-1-1 (if applicable), and submit a Site-Specific Safety Plan (SSSP). Environmental compliance includes NEPA, EPA regulations, and proper hazardous material disposal. Security requirements mandate a personnel list 2 days prior, only American citizens or permanent residents on base, and all vehicles/equipment are subject to search. Subcontracting limitations require at least 15% of the contract value to be performed by the prime contractor. Work must be scheduled to minimize interference with facility operations (7:00 am - 3:00 pm, Mon-Fri).