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, Maritime Administration (MARAD), on behalf of the U.S. Merchant Marine Academy (USMMA), is soliciting proposals for the removal and installation of a fuel dispensing system at the Yocum Sailing Center in Kings Point, NY. This is a Total Small Business Set-Aside with a Firm Fixed-Price contract awarded based on Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due by May 8, 2026, at 1:00 PM EST.
Scope of Work
The project involves the comprehensive removal of the existing fuel dispensing system, including a 2,500-gallon gasoline and a 6,000-gallon diesel Underground Storage Tank (UST), associated piping, electrical systems, and dispensers. The contractor will then procure and install new double-walled USTs of the same capacities, a new dual-product fuel dispenser on the pier, and a second dual-product dispenser for land-based equipment (as a supplemental CLIN). The scope also includes new piping, electrical work, alarm systems, concrete pads, and the restoration of all disturbed areas, including the pier structure and roadway. All work must comply with federal, state, and local regulations, including EPA, DOT, DEC, OSHA, Nassau County Department of Health, and the Secretary of the Interior's Standards for the Treatment of Historic Properties. The contractor is responsible for obtaining all necessary permits, licenses, inspections, and the environmental disposal of existing fuel. The updated Statement of Work (SOW) from Amendment 7 must be incorporated into proposals.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business
- NAICS Code: 237120 (Heavy and Civil Engineering Construction)
- PSC Code: Z2NA (Repair Or Alteration Of Fuel Supply Facilities)
- Period of Performance: 90 days after Notice to Proceed
- Proposal Due Date: May 8, 2026, 1:00 PM EST
- Questions Due Date: April 7, 2026, 2:00 PM EST
- Second Site Visit: May 5, 2026, 9:30 AM EST at USMMA, Kings Point, NY. Request to attend by May 1, 2026, 2:00 PM EST to milforddr@usmma.edu.
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering Technical Approach, Past Performance, and Price. Offerors must be registered and active in SAM.gov. Proposals must be submitted in three separate volumes (Technical, Past Performance, Price) via email to durba.ray@dot.gov and cc brian.wiley.ctr@dot.gov. The pricing sheet (Attachment One) must be included. Past Performance Questionnaires (PPQs) must be emailed directly by the offeror's customer to durba.ray@dot.gov before the RFQ closes; they should not be submitted with the proposal. A Bid Bond (SF24) is required, and all amendments must be acknowledged in the proposal. Wage determinations (DBA and SCA) apply.
Key Amendments
This solicitation has undergone multiple amendments, most notably:
- Amendment 7: Extended the closing date to May 8, 2026, 1:00 PM EST, incorporated an updated Statement of Work, and scheduled a second site visit for May 5, 2026.
- Amendment 4: Added an Engineering Study and set a deadline for additional questions.
- Amendment 3: Incorporated Questions and Answers and deleted the Liquidated Damages clause.