USCG Station Indian River HAZMAT Building Overhaul and Removal of Hazardous Material

SOL #: 30293RFQ260000008Solicitation

Overview

Buyer

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

Place of Performance

Rehoboth Beach, DE

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

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

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 23, 2026, 5:00 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) is soliciting proposals for the overhaul and hazardous material removal of the HAZMAT building at USCG Station Indian River, Rehoboth Beach, DE. This is a Total Small Business Set-Aside procurement, contemplating a Firm-Fixed Price contract. Quotes are due by NOON Eastern Time on February 23, 2026.

Scope of Work

The contractor will provide all labor, supervision, equipment, and material to completely overhaul the hazardous waste storage facility. Key tasks include:

  • Removal and proper disposal of all hazardous waste, contaminated soil, and residues.
  • Cleaning and degreasing the interior of the HAZMAT building.
  • Removal of existing electrical conduit, wiring, lights, and junction boxes.
  • Procurement and installation of intrinsically safe LED lights, a ventilation fan, and associated wiring/ducting.
  • Application of an oil-resistant epoxy to the floor and lower walls (approx. 58 inches).
  • Installation of new intrinsically safe electrical components and a new ventilation system.
  • Replacement of the current junction box with a new NEMA 4 junction box.
  • Removal and reinstallation of two new entrance doors.
  • Reinstallation of existing interferences and hazardous materials after renovations.
  • Conducting a full system check and final operational inspection. The work must comply with all applicable local, state, federal, OSHA, USCG, and EPA policies.

Contract Details

  • Contract Type: Firm-Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238990 (All Other Specialty Trade Contractors)
  • Small Business Size Standard: $19.0 million
  • Period of Performance: To be completed within 60 calendar days after award.
  • Place of Performance: USCG Station Indian River, 800 Inlet Road, Rehoboth Beach, DE 19971.

Submission & Evaluation

  • Quote Submission Deadline: NOON Eastern Time on February 23, 2026. Quotes must be emailed to frank.r.burton@uscg.mil and jackson.a.wysor2@uscg.mil. Ensure blocks 14-20c of SF 1442 and pricing are completed.
  • Questions Deadline: NOON Eastern Time on February 18, 2026. Submit in writing to the Contracting Officer and Contract Specialist via email.
  • Site Visit: Strongly encouraged on February 13, 2026, at 1000 Eastern Time at USCG Indian River. Arrange with MK1 Pat Chemodurow at (302) 227-2440 or patrick.t.chemodurow@uscg.mil. Visitors require a valid Real ID or Passport, and must complete a visitor access request form (unless military ID/RAPIDGate pass is held).
  • Evaluation Criteria: Award will be made to the Lowest Price Technically Acceptable quote, as per FAR 52.212-2.
  • Contractor Access: No TWIC card required; copies of driver's licenses will be collected for security checks, and a separate sign-in/out sheet will be used daily.

Key Clauses & Requirements

This solicitation incorporates various FAR and HSAR clauses, including requirements for:

  • System for Award Management (SAM): Active registration and maintenance (FAR 52.204-7, 52.204-13).
  • Labor Standards: Compliance with Davis-Bacon Act prevailing wage rates for Sussex County, DE (FAR 52.222-6, 52.222-11), and Equal Opportunity for Workers with Disabilities (FAR 52.222-36).
  • Sustainable Products: Provision of sustainable products (FAR 52.223-23) and reporting of biobased products (FAR 52.223-2).
  • Buy American: Preference for domestic construction materials (FAR 52.225-9).
  • Payment Protections: Requirement for a payment bond or irrevocable letter of credit (FAR 52.228-13, SF25A).
  • Insurance: Specific worker's compensation, employer's liability, general liability, and automobile liability requirements (HSAR 3052.228-70).
  • Accident Reporting: Reporting of accidents and fires (HSAR 3052.223-90).
  • Invoice Instructions: Guidance on submitting invoices through the Invoice Processing Platform (IPP).

People

Points of Contact

Frank BurtonPRIMARY
JACKSON WYSORSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Feb 18, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 13, 2026
Version 1
Solicitation
Posted: Feb 10, 2026
View