Yocum Sailing Center Fuel Dispensing System; Removal and Installation
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 Department of Transportation (DOT), Maritime Administration, is soliciting proposals for the removal and installation of the Yocum Sailing Center Fuel Dispensing System at the United States Merchant Marine Academy (USMMA) in Kings Point, NY. This is a Firm Fixed-Price contract under a Total Small Business Set-Aside. Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. The final deadline for proposals is April 30, 2026, at 2:00 PM EST.
Scope of Work
The project requires the contractor to remove existing underground storage tanks (USTs), fuel dispensers, and associated piping and electrical systems. New double-walled fiberglass USTs (2,500-gallon gasoline and 6,000-gallon diesel), dual product fuel dispensers, and associated piping and electrical systems must then be installed. An additional CLIN is included for a new dual product fuel dispenser to serve land-based equipment. Key deliverables include:
- Removal and abandonment of existing USTs and associated infrastructure.
- Installation of new USTs, fuel dispensers, piping, and electrical systems.
- Repair of pier structure disturbed by dispenser removal.
- Compliance with all Federal, State, and local regulations, including environmental and historic preservation standards.
- Soil testing and remediation, if necessary.
- Disposal of all obsolete equipment and hazardous waste.
- Site cleanup and restoration.
- Provision of a Professional Engineer for design and permitting.
- Obtaining all required permits and regulatory inspections.
- Contractor is responsible for disposal of fuel from existing tanks.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237120 (Site Preparation Contractors)
- PSC Code: Z2NA (Repair Or Alteration Of Fuel Supply Facilities)
- Period of Performance: 90 days from Notice to Proceed (estimated start April 24, 2026, end July 23, 2026).
- Evaluation: Lowest Price Technically Acceptable (LPTA) based on Technical Approach, Past Performance, and Price.
- Bonds: Performance and Payment Bonds (100% of award) and a Bid Bond (SF24) are required.
- Wage Determinations: Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations for Nassau and Suffolk Counties, NY, are applicable and must be factored into pricing.
- Liquidated Damages: Section F.4, "LIQUIDATED DAMAGES-- CONSTRUCTION (SEP 2000)", has been deleted from the solicitation.
Submission Requirements
Proposals, consisting of three parts, must be submitted electronically via email to durba.ray@dot.gov and cc brian.wiley.ctr@dot.gov. Offerors must acknowledge receipt of all five amendments in their proposal. Past Performance Questionnaires (Attachment Two) must be emailed directly by the offeror's references to durba.ray@dot.gov and cc brian.wiley.ctr@dot.gov before the RFQ closing date. The pricing sheet (Attachment One) must be used for proposed costs. Offerors must be registered and active in SAM.gov.
Key Dates & Contacts
- Proposal Due Date: April 30, 2026, 2:00 PM EST.
- Primary Contact: Durba Ray,
durba.ray@dot.gov, 202-855-4908. - Secondary Contact: Brian Wiley,
brian.wiley.ctr@dot.gov.