USCG Station Annapolis Sewage Lift Station Replacement & Repairs

SOL #: 30303RFQ260000001Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE PORTSMOUTH(00027)
PORTSMOUTH, VA, 23704, United States

Place of Performance

Annapolis, MD

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Water Supply Facilities (Z2NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Apr 21, 2026, 4:00 PM

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), under the Department of Homeland Security, is soliciting proposals for the replacement and repair of the sewage lift station at USCG Station Annapolis, MD. This is a 100% Total Small Business Set-Aside for a Firm-Fixed Price task order. Proposals are due April 21, 2026, at 12:00 PM Eastern Time.

Scope of Work

This opportunity requires providing all labor, materials, and equipment to replace and repair sewage lift station parts and components. Key tasks include:

  • Replacing two 1.5HP, 230V, 1-Phase sewage lift station pumps and their associated rails.
  • Replacing and rewiring new electrical controls, including a NEMA 4X-rated, hinged, lockable stainless steel control cabinet, duplex pump controllers for automatic alternation, motor-rated circuit breakers, magnetic motor starters, Hand-Off-Automatic (HOA) selector switches, run-time meters, and visual/audible high-level alarm indicators.
  • Installing new stranded copper wiring, utilizing existing conduit runs, and replacing any broken 3" conduit.
  • Conducting a full functional performance test with the Contracting Officer's Representative (COR) upon completion.
  • The contractor is responsible for providing temporary portable restrooms for staff, securing a certified marine chemist for confined space clearance, managing bypass pumping, and cleaning/dewatering the station prior to work.

Contract Details

  • Contract Type: Firm-Fixed Price task order.
  • NAICS: 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a $19.0 million size standard.
  • PSC: Z2NE (Repair Or Alteration Of Water Supply Facilities).
  • Period of Performance: Work must commence within five (5) days after award and be completed within sixty (60) working days after contract award.
  • Deliverables: As-Built Drawings (red-marked, updated, submitted for acceptance) and a completed Equipment Enrollment Form (EEF) spreadsheet.
  • Bonds: Performance and Payment Bonds (SF25A or irrevocable letter of credit) are required within five (5) calendar days after award.
  • Wage Requirements: The Davis-Bacon Act applies, mandating prevailing wage rates and fringe benefits for laborers and mechanics.

Submission & Evaluation

Offers will be evaluated based on Technical Capability and Price, with an award made to the lowest price technically acceptable (LPTA) quote. Quotes must be submitted via email to frank.r.burton@uscg.mil by the deadline, ensuring blocks 14-20c of the SF 1442 and pricing are completed. A site visit was held on April 8, 2026; potential quoters were strongly encouraged to attend and field verify quantities. Questions regarding the solicitation have already been addressed in Amendment 0002.

Key Dates & Contacts

People

Points of Contact

Frank BurtonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 20, 2026
Version 3
Solicitation
Posted: Apr 15, 2026
View
Version 2
Solicitation
Posted: Apr 10, 2026
View
Version 1
Solicitation
Posted: Mar 27, 2026
View