Opportunity

SAM #BCLEV0026

Underground Water Line Repair at USCG Sector Lake Michigan, Milwaukee, WI

Buyer

Coast Guard Base Cleveland

Posted

March 25, 2026

Respond By

April 01, 2026

Identifier

BCLEV0026

NAICS

237110

This opportunity involves critical infrastructure repair for the U.S. Coast Guard at their Sector Lake Michigan facility in Milwaukee, Wisconsin. - Government Buyer: - U.S. Coast Guard (USCG), Department of Homeland Security - Contracting office: USCG Base Cleveland - Scope of Work: - Locate and repair an underground water line leak - Restore water line to full functionality - Repair asphalt excavated during leak access - Provide all supervision, materials, equipment, transportation, labor, and incidentals - Includes mobilization, demobilization, and clean up - Requirements: - Prime contractor must self-perform at least 25% of contract cost (excluding materials) - Evidence of bonding capability required - Demonstrated prior experience in similar water line repair projects - Products/Services: - No specific OEMs, part numbers, or vendors are named - All necessary construction and repair services for water line and asphalt restoration - Estimated Value: - Between $25,000 and $100,000 - NAICS Code: - 237110 (Water and Sewer Line and Related Structures Construction) - Small business size standard: $45 million

Description

This is a SOURCES SOUGHT NOTICE to identify firms capable of performing REPAIR UNDERGROUND WATER LINE AT USCG SECTOR LAKE MICHIGAN, 2420 SOUTH LINCOLN MEMORIAL DRIVE, MILWAUKEE, WISCONSIN 53207. Major work items include but are not limited to:  Locate and repair the leak to restore the water line to full functionality. Repair the asphalt that will need to be excavated to locate the leak.; mobilization, demobilization and clean up; Supervision, materials, equipment, transportation, labor and all other incidentals necessary to complete the work. The procurement estimate is between $25K and $100K.  The NAICS for this project is 237110 with a Small Business Size Standard of $45.0M.  At a minimum, the prime contractor will be required to perform 25 percent of the cost of the contract with its own employees (not including cost of materials). Vendors interested in performing this requirement are invited to provide the following information to USCG Base Cleveland no later than April 01, 2026.  The information may be submitted via email to the Contracting Officer at timothy.g.arnold@uscg.mil .  Responses shall include the following information:  Reference number70Z03026BCLEV0026,  company name, address, SAM Unique Entity ID, point of contact, phone number, email address; and, the following information (items (a) through (f)).  Your response shall include the following information and be in sufficient detail for a determination to be made regarding the type of set-aside for this procurement:

A positive statement of your intent to submit a bid on this solicitation as a prime contractor. A statement identifying your certified small business size status (Small, HUBZone, VOSB, SDVOSB, disadvantaged, women-owned). Evidence of experience in work similar in type and scope, to include contract numbers, project titles, dates work performed, dollar amounts, points of contact and telephone numbers.  Statement that your firm has/has not previously performed work under this NAICS as a prime contractor. Provide evidence of bonding capability to the maximum magnitude on the project to include both single and aggregate totals. State the number and occupations of employees in your firm.

NO TELEPHONE OR WRITTEN REQUESTS FOR SOLICITATIONS OR POSTING STATUS.  When available, and if competed, the resultant pre-solicitation notice and solicitation will be posted at this website.  The type of set-aside will be stated in these postings. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.  No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided.  The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate for this procurement.

View original listing