USCGC OBION BACKFLOW REPAIR

SOL #: 70Z02926QGALV0010Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE NEW ORLEANS(00029)
NEW ORLEANS, LA, 70117, United States

Place of Performance

KY

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Submission Deadline
Mar 30, 2026, 6:00 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 plumbing repairs and renewal at the USCGC Obion Shore Side Detachment facility in Owensboro, KY. This opportunity, titled "USCGC OBION BACKFLOW REPAIR," is a Firm Fixed-Price Construction Contract set aside for Total Small Businesses. The work involves comprehensive plumbing system upgrades, including backflow preventer replacement and piping renewal. Offers are due by March 30, 2026, at 2:00 PM local time.

Scope of Work

The project requires qualified contractors to perform plumbing repairs and renewal, ensuring all work complies with state and federal codes, including the National Standard Plumbing Code (NSPC). Key tasks include:

  • Piping Renewal: Replacing accessible copper piping (2", 1.5", 0.5") for PRZ drainage, main supply, and hot/cold water lines.
  • Valve & Preventer Replacement: Removing and replacing two 1.5" backflow preventers (Watts 009M2 or equivalent), the main 1.5" water supply isolation valve, and a 0.5" valve for the eye wash station.
  • Drainage System Upgrades: Rerouting drains from RPZs with a new 2" header, connecting the HW tank relief valve to the drain header, and installing a 0.75" check valve.
  • Ancillary Work: Replacing piping anchors, converting PEX piping to copper at the utility sink, anchoring the sink, replacing its P-trap, renewing insulation on interior piping, replacing a 1.5" dielectric union, and reattaching/insulating heat strips.
  • New Installation: Providing and installing a filtered drinking fountain with water bottle filling capabilities. The contractor is responsible for acquiring all necessary permits, providing labor, tools, equipment, and materials, and ensuring site safety and proper waste disposal.

Contract Details

  • Contract Type: Firm Fixed-Price Construction Contract
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
  • Small Business Size Standard: $19 Million
  • Product Service Code (PSC): J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
  • Period of Performance: 30 calendar days from the start of work, with completion within 30 days from the start of performance (10 days after notice to proceed).
  • Place of Performance: U.S. Coast Guard SSD Owensboro, KY, 3301 E. 4th St, Owensboro, KY, 42303.

Submission & Evaluation

Award will be made to the offeror with the Lowest Price Technically Acceptable proposal.

  • Offers Due: March 30, 2026, at 2:00 PM local time.
  • Submission: Quotes must be submitted to Jonathan.d.thomas@uscg.mil and Lynn.P.Charles2@uscg.mil. Sealed envelopes are required for public opening.
  • Eligibility: Offerors must be actively registered in SAM.gov and provide representations prescribed in FAR clause 52.236-1.
  • Self-Performance: Contractors must perform at least 50% of the total contract work on-site with their own organization's labor, as per FAR 52.236-1. A statement designating portions of work by own forces must be submitted with the schedule of costs.
  • Bonds: Performance and Payment Bonds are required.
  • Government Acceptance: Offers providing less than 45 calendar days for Government acceptance will be rejected.

Site Visit & Contacts

A mandatory preconstruction conference is required, and site visits are strongly encouraged to assess conditions. Arrangements for site visits can be made by contacting MKC Corey Walters at Corey.a.walters@uscg.mil or 270-314-8761. For general inquiries and quote submission, contact Jonathan Thomas (Jonathan.d.thomas@uscg.mil, 206-820-1851) or Lynn Charles (Lynn.p.charles2@uscg.mil, 504-253-4508).

People

Points of Contact

Files

Files

View
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
USCGC OBION BACKFLOW REPAIR | GovScope