USCG Station Annapolis Sewage Lift Station Replacement & Repairs
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), specifically BASE PORTSMOUTH, is soliciting proposals for the replacement and repair of sewage lift station parts and components at USCG Station Annapolis, MD. This is a 100% Total Small Business Set-Aside under NAICS code 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a $19.0 million size standard. The Government intends to award a Firm-Fixed Price task order. Proposals are due by April 21, 2026, at 12:00 PM Eastern Time.
Scope of Work
The project involves providing all labor, materials, and equipment to replace and repair the sewage lift station. Key tasks include:
- Replacing two sewage lift station pumps and rails.
- Replacing and re-wiring new electrical controls, including a 1.5HP, 230V, 1-Phase lift pump or equivalent.
- Installing a NEMA 4X-rated, hinged, lockable stainless steel control cabinet suitable for outdoor, corrosive environments.
- Integrating duplex pump controllers, motor-rated circuit breakers, magnetic motor starters, HOA switches, run-time meters, and visual/audible high-level alarms.
- Utilizing new, stranded copper wire sized per NEC, routed through existing conduits.
- Ensuring proper power and control terminations and clear labeling of all new wiring.
Contract Details & Requirements
- Contract Type: Firm-Fixed Price task order.
- Period of Performance: Work to commence within five (5) days after award and be completed within seven (7) working days.
- Bonds: Performance and Payment Bonds (SF25A) are required within five (5) calendar days after award.
- Compliance: Contractors must adhere to the Davis-Bacon Act (prevailing wage rates for Anne Arundel County, MD), OSHA safety regulations, and EPA environmental protection requirements.
- Deliverables: As-Built Drawings and an Equipment Enrollment Form (EEF) spreadsheet are required upon completion.
Submission & Evaluation
- Submission: Quotes must be emailed to frank.r.burton@uscg.mil by the deadline. Ensure blocks 14-20c of the SF 1442 and pricing are completed.
- Evaluation: Award will be made to the Lowest Price Technically Acceptable (LPTA) offer, based on Technical Capability and Price, as detailed in FAR 52.212-2.
- Questions: Must be submitted in writing to the Contracting Officer at frank.r.burton@uscg.mil by NOON Eastern Time on April 10, 2026. No oral questions will be accepted.
- Site Visit: A site visit is strongly encouraged on April 8, 2026, at 10:00 AM Eastern Time at USCG Station Annapolis (3425 Thomas Point Rd, Annapolis, MD 21403). Interested parties must arrange visits with MKC Preston Humbard (preston.m.humbard@uscg.mil, 410-267-8108) and comply with base security requirements.
Important Notes
Offers must remain valid for at least 60 calendar days after the due date. Contractors must maintain an active SAM registration.