USCG Base Charleston - Boiler Replacement
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 United States Coast Guard (USCG) Base Charleston has issued a Combined Synopsis/Solicitation (70Z036-P2600-00018) for the replacement of a hydronic heating boiler in the Industrial Building at 196 Tradd St, Charleston, SC 29401. This opportunity is a 100% Total Small Business Set-Aside with a Firm Fixed-Price contract type, evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by April 8, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide all labor, materials, and equipment to replace the existing hydronic heating boiler. This includes:
- Demolition and removal of the current boiler, flue connections, and piping.
- Installation of one (1) Floor-Mount High-Efficiency Commercial Water Boiler (725,000 BTU/hr, Natural Gas, Fire Tube Condensing Boiler) with a 10:1 turndown ratio and variable flow.
- Connection to existing domestic water, gas, and hydronic piping systems.
- Installation of new exhaust flue and condensate drainage systems.
- Start-up, commissioning, and basic owner/operator training.
- Provision of closeout documentation, including material lists and line drawings. The work must comply with manufacturer guidelines and all applicable federal, state, and local regulations. The performance period is 30 calendar days after receiving notice to proceed.
Contract Details
- Contract Type: Firm Fixed-Price Purchase Order
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332410 (Industrial Boiler and Heat Exchanger Manufacturing)
- Size Standard: $19.0 Million
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- Award Basis: All-or-nothing to a single contractor.
- Performance Period: 30 calendar days from Notice to Proceed.
Key Dates & Actions
- Mandatory Site Visit: March 25, 2026, between 8:00 AM and 12:00 PM EST. Bidders must contact CWO Cody Wood (Cody.A.Wood@uscg.mil) at least 24 hours prior to arrange. Failure to conduct a site visit will result in disqualification.
- Questions Due: April 8, 2026, by 11:00 AM EST. Submit in writing to Julia.S.Kline2@uscg.mil, including the solicitation number in the subject line.
- Answers Posted: April 7, 2026, by 11:00 AM EST on SAM.gov.
- Quotes Due: April 8, 2026, by 11:00 AM EST.
Submission Requirements
Quotes must be submitted via email to Julia.S.Kline2@uscg.mil and include:
- A detailed breakdown of estimated labor and material costs.
- The vendor’s Unique Entity Identifier (UEI) and Tax Identification Number (TIN).
- A completed SF-1442.
- A brief technical proposal demonstrating understanding of the SOW and proposed approach.
Important Notes
- Bidders must have an active UEI registration on SAM.gov.
- All attachments, including the Statement of Work (SOW), Department of Labor wage rates for construction (#SC20260059), SF-1442, and applicable Provisions and Clauses, must be downloaded and reviewed. These include FAR clauses related to Small Business Program Representations and Buy American requirements.
- The Government reserves the right to reject unreasonable quotations or not make an award.
Points of Contact
- Contracting Specialist (Submissions): Julia Kline (Julia.S.Kline2@uscg.mil, (206)-827-1234)
- Technical POC (Site Visits): CWO Cody Wood (Cody.A.Wood@uscg.mil, 843-801-4333)