Water and Sewage Connection Pier
SOL #: 19308Q260000007Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
BASE NEW ORLEANS(00029)
NEW ORLEANS, LA, 70117, United States
Place of Performance
MS
NAICS
Plumbing (238220)
PSC
Construction Of Sewage And Waste Facilities (Y1ND)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 23, 2026
2
Submission Deadline
Mar 7, 2026, 9:00 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 is soliciting quotes for the repair of the Water and Sewage Connection Pier at the USCGC Patoka in Greenville, MS. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) for a Firm-Fixed Price Construction Contract. The project involves replacing approximately 150 feet of sewage piping and 150 feet of potable water piping, along with insulation and heater strips. Quotes are due by May 7, 2026, at 3:00 PM CST.
Scope of Work
The contractor will provide all labor and materials to return the USCGC Patoka's pier to full functionality. Key tasks include:
- Replacing approximately 150 ft of sewage piping and fittings.
- Replacing approximately 150 ft of potable water piping and fittings.
- Replacing insulation and heater strips on the pier's piping system.
- Ensuring new potable water, sewage, and heating strip systems are fully operational, with Coast Guard COR present during testing.
- Removing all trash and debris from the project area upon completion.
- Furnishing any additional items needed to complete the project. Work must comply with applicable Federal Acquisition Regulation (FAR) clauses and Department of Labor wage rates.
Contract Details
- Contract Type: Firm-Fixed Price Construction Contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238220, with a small business size standard of $16.5M.
- Performance Period: Work must commence within 10 calendar days and be completed within 30 calendar days after the Notice to Proceed.
- Place of Performance: USCGC Patoka, 1797 Harbor Front Rd., Greenville, MS 38701.
- Bonds: Performance and Payment Bonds are required.
- Eligibility: Offerors must be actively registered in SAM.gov.
Submission & Evaluation
- Award Method: Lowest price, technically acceptable.
- Evaluation Factors: Price, Technical Acceptability, and Past Performance.
- Quote Submission: Email quotes to Clarence.henshawjr@uscg.mil.
- Quote Due Date: May 7, 2026, at 3:00 PM CST.
- Questions Deadline: Written questions regarding the Scope of Work must be submitted by May 7, 2026, at 3:00 PM CST to Jacob.m.newland@uscg.mil, with a copy to Clarence.henshawjr@uscg.mil.
Important Notes
- A site visit is urged and expected. Contact MKC Jacob Newland (Jacob.m.newland@uscg.mil, 662-394-9746) to schedule.
- All work must be coordinated through the COR to minimize operational impacts.
- FAR Part 36 provisions and clauses are applicable, with tailoring to ensure a "quotation" is not considered an "offer."
- Bidders must review the General Decision Number (GDN) for prevailing wage rates and fringe benefits for Mississippi.
- The contractor is required to perform at least 50% of the work (FAR 52.236-1) and comply with Buy American Act requirements (FAR 52.225-9).
People
Points of Contact
Clarence Henshaw JrPRIMARY
Belinda A RobinsonSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 23, 2026