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)
Original Source
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 procurement is a Total Small Business Set-Aside for a Firm-Fixed Price task order. Proposals are due by April 21, 2026, at 12:00 PM Eastern Time.
Scope of Work
The contractor will provide 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 associated rails.
- Replacing and rewiring new electrical controls, including a NEMA 4X-rated control cabinet, duplex pump controllers, motor-rated circuit breakers, magnetic motor starters, Hand-Off-Automatic (HOA) selector switches, run-time meters, and visual/audible high-level alarms.
- Installing new stranded copper wiring per NEC, utilizing existing conduit runs, and replacing any broken 3" conduit.
- Conducting a full functional performance test with the Contracting Officer's Representative (COR).
- Providing As-Built Drawings and completing an Equipment Enrollment Form (EEF).
- Contractor responsibilities include providing portable restrooms, securing a certified marine chemist for confined space entry, bypass pumping, and cleaning/dewatering the station.
Contract Details
- Contract Type: Firm-Fixed Price task order.
- Set-Aside: Total Small Business (NAICS 238220, $19.0M size standard).
- Period of Performance: Work must commence within five (5) days after award and be completed within sixty (60) working days.
- Bonds: Performance and Payment Bonds are required within five (5) calendar days after award.
- Compliance: Adherence to Davis-Bacon Act (prevailing wages), Buy American, OSHA, and EPA regulations is mandatory. SAM registration must be active.
Submission & Evaluation
- Proposal Due: April 21, 2026, at 12:00 PM Eastern Time.
- Submission Method: Email to
frank.r.burton@uscg.mil. Ensure SF 1442 (blocks 14-20c) and pricing are completed. - Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on Technical Capability and Price (FAR 52.212-2).
- Offer Validity: Quotes must be valid for at least 60 calendar days.
- Site Visit: A site visit was held on April 8, 2026, and was strongly encouraged for potential quoters.
Contact Information
- Contracting Officer: Frank Burton (
frank.r.burton@uscg.mil) - QAE/Site Visit Coordinator: MKC Preston Humbard (410-267-8108,
preston.m.humbard@uscg.mil)
People
Points of Contact
Frank BurtonPRIMARY