Opportunity

SAM #30324PR260000002

USCG Station Yankeetown Galley Grease Trap and Holding Tank Repair and Upgrade

Buyer

USCG Base Miami

Posted

March 31, 2026

Respond By

April 13, 2026

Identifier

30324PR260000002

NAICS

237110, 237990, 238220

This opportunity involves construction services for the U.S. Coast Guard to repair and upgrade the galley grease trap and holding tank system at USCG Station Yankeetown, Florida. - Government Buyer: - U.S. Coast Guard (Department of Homeland Security) - USCG Procurement & Contracting Office, Miami, FL - Key contacts: Mehdi Bouayad (Contracting Officer), MK1 John B. Piskura (Site Visit Coordinator) - Scope of Work: - Removal and disposal of existing grease trap and cracked holding tank - Installation of new grinding station and control panel - Installation of new drain field (up to 1395 sq ft, low pressure dosing) - Installation of new 2000-gallon and 1050-gallon septic tanks (single compartment, in series) - Installation of new 1900-gallon dosing tank with two low-pressure dosing pumps - Installation of new alarm and alternating panel - Provision of up to four temporary bathroom and shower facilities during construction - Removal of a 3' x 50' section of parking lot if required for pipe replacement - Installation of fill dirt if required by permit - Compliance with all federal, state, and local safety and environmental regulations - Contractor must obtain all necessary permits and provide a site-specific safety plan - Unique/Notable Requirements: - Project is set aside for small businesses - Subject to Davis-Bacon Act wage rates - Warranty for workmanship is one year from substantial completion - Coordination with USCG personnel for site access and inspections - No specific OEMs, brands, or part numbers are specified; contractor to provide all materials and equipment as required.

Description

COMBINED SYNOPSIS/SOLICITATION

Repair Galley Grease Trap and Holding Tank at USCG Station Yankeetown

1. General Information

Solicitation Number: 30324PR260000002 Date Posted: 03/31/2026 Response Due Date: Monday April 13, 2026, at 11:00AM EST NAICS Code: 238220 Plumbing, Heating, And Air-Conditioning Contractors Set-Aside: Total Small Business Set Aside Contracting Office: USCG PROCUREMENT & CONTRACTING 12100 SW 152ND ST MIAMI, FL 33177 Point of Contact: Mehdi Bouayad Email: Mehdi.Bouayad@uscg.mil Phone: 571-607-8108

2. Description of Work

This is a combined synopsis/solicitation for construction services prepared in accordance with FAR Part 36 and FAR Part 13. The U.S. Government intends to award a firm-fixed-price contract based on the lowest price technically acceptable (LPTA) or best value tradeoff method.

Scope of Work: GENERAL REQUIREMENTS: The work consists of providing all supervision, labor, materials, and equipment required to repair galley grease trap and holding tank at USCG STA YANKEETOWN. COMMENCEMENT AND COMPLETION OF WORK: Upon acceptance, the contractor shall commence work no later than 10 days after notice to proceed. SCOPE OF WORK: Prior to commencement of work, contractor shall notify MK1 John Piskura (440) 242-1917 to coordinate removal of obstacles within the facility and provide site access. Contractor shall acquire all permits required by state and local authorities. Contractor shall provide temporary 4 bathroom and shower facilities during duration of project. Contractor shall pump out and remove existing grease trap and cracked holding tank and dispose of in accordance with environmental requirements. Contractor shall install new grinding station and panel. Contractor shall install a new drain field up to 1395 sq ft LPD. Contractor shall install 1 new 2000 Gallon Septic Tank Single Compartment and test and verify the operation of the septic system prior to conclusion of work in the presence of the Quality Assurance Evaluator (QAE). Contractor shall install 1 new 1050 Gallon Septic Tank Single Compartment in series. Contractor shall install new dosing system: 1 new 1900 Gallon Dosing tank, 2 new low pressure dosing pumps, new alarm and alternating panel. Contractor shall install fill dirt if permit requires. Contractor shall remove Parking Lot area 3' x 50' for installation TBD if existing pipe underneath requires replacement.

Location of Project: U.S. Coast Guard Station Yankeetown 5800 Riverside Dr. Yankeetown, FL 34434

Examination of Site: It is HIGHLY ENCOURAGED that bidders carefully inspect the workplace and verify all work necessary to complete job. Prospective bidders may arrange for a tour of the job site by calling the point of contact, MK1 John Piskura at 440-242-1917 or via email John.B.Piskura@uscg.mil.

Site Visit Highly Recommended but not Mandatory Tuesday April 07, 2026 at 10:00AM EST

Site Visit Coordinator: MK1 John B. Piskura Email: John.B.Piskura@uscg.mil Phone: 440-242-1917

Additional Work Requirements: Continuity of Facilities Operation: Schedule work to minimize interference with the facility operations during normal operating hours of 7:00 am to 3:00 pm Monday through Friday, excluding federal holidays. Work may be conducted during other hours if approved in advance by coordinating with the facility Points of Contact (POC) listed below. Notification of Start and Completion of Work: The Contractor shall provide a simple and general schedule of work. For example, “Begin work at ____ on ____. Work is expected to last _ days and be complete on _____.” Coast Guard Points of Contact: The Contractor shall coordinate with the following personnel to arrange access to the facility.

POCs (in order of preference): Name: MK1 John B. Piskura Email: John.B.Piskura@uscg.mil Phone: 440-242-1917

Recycling and Disposal of Refuse: Minor refuse and waste materials resulting from operations may be disposed of at Air Station Miami. All disposals shall be done in accordance with federal, state, and local laws and regulations. No Hazardous Waste or bulk waste may be disposed of in Air Station Miami dumpsters. Safety: During the execution of this contract, the Contractor shall conform to the rules and regulations set forth by OSHA State and Federal regulations. Immediate notification to the Contracting Officer’s Representative of lost time due to accidents is required. Provide two copies of Workman’s compensation accident reports by noon of the day following the accident. The Coast Guard reserves the right to bar any workers or supervisors from the premises should they be documented as violating set safety standards and regulations. Inspection: The Contracting Officer’s Representative has the right to reject defective workmanship or materials or work not performed as per the contract specifications. Operations and Storage: The Coast Guard has no responsibility for receipt, storage, or protection of contractor’s materials. The Coast Guard will not accept shipments, and no materials may be stored on site by the contractor. The contractor is responsible for the protection of existing structures, utilities, and vegetation. Any damage shall be repaired at the contractor’s expense. Utilities: Contractors are authorized to use Station Yankeetown power and water while conducting the work efforts outlined in this document. Any other use of power is not authorized. The unit POCs listed above will designate available utility connection points if necessary. General Regulations while onboard Station Yankeetown: Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flagpole, maintain silence, and all vehicles & equipment will halt during these brief events. Traffic Regulations: 10 mph speed limit No use of cell phones is permitted while driving vehicles or operating heavy machinery. All personnel shall obey all marked traffic signals including stop signs & stoplights. Notice shall be given to the Coast Guard’s representative 1 week in advance of any planned outages, including any pool closure and expected duration. Contractors are welcome to utilize the restrooms in the area they are currently working in providing they are clean and do not track mud, dirt or any other debris into the restrooms. No personnel other than the Contracting Officer has the authority to alter the terms of any contract or to issue any change orders. Accordingly, the contractor shall not complete any work that would incur additional costs to the government without written approval from the Contracting Officer.

10. SECURITY REQUIREMENTS: The contractor shall provide a consolidated list of all contractor personnel who will be working on Station Yankeetown at least 2 days prior to work. This is for routine/standard background checks of all personnel entering the base. Information required is full name, date of birth, and last 4 digits only of Social Security Number. Only American citizens and permanent resident aliens are allowed onboard Station Yankeetown Facilities. Absolutely no foreign nationals are permitted on the premises. Appropriate identification shall be provided at the front gate to attain base entry. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search at all times. Additionally, due to security and operational needs, the contractor is subject to orders to evacuate the property at any time. Absolutely no firearms or weapons of any kind are allowed onboard CG Station Yankeetown. The contractor and subcontractor personnel shall wear company identification and always carry photo identification on their person. Personnel shall not stray from the immediate area of work nor direct avenues of ingress and egress unless authorized in advance.

Contractor shall be responsible for the removal of all trash and debris from project area off site upon completion. All work must be approved by the Contracting Officer’s Representative. Warranty: The Contractor warrants that all workmanship shall be free from defects for a period of one year from the date of substantial completion.

12. ACCEPTANCE OF WORK: When the contractor has completed all work, they shall notify the Coast Guard (COR) for a final inspection with at least a 24-hour notice. If there are any project discrepancies noted, they shall be corrected within 5 business days of discovery. The work will be accepted as complete upon verified correction of any/all noted discrepancies. After work acceptance, the contractor shall submit final invoice to the Coast Guard as directed by the COR.

Magnitude of Construction: Not to exceed $82,500

3. Submission Details Proposals Due By: Monday April 13, 2026 / 11AM EST Submission Method: Email Mehdi.Bouayad@uscg.mil or Mailed Bids Proposal Requirements: Technical Proposal (demonstrating capability and experience) Price Proposal (detailed cost breakdown) Past Performance References will be reviewed

Evaluation Criteria Award will be made based on Lowest Price Technically Acceptable (LPTA) / Best Value criteria. Proposals will be evaluated on: Technical Acceptability – Demonstrated experience in similar projects. Past Performance – Positive references from previous construction work. Price Reasonableness – Competitive pricing aligned with market rates.

6. Contract Terms and Conditions This procurement is subject to the following: Davis-Bacon Act Compliance: Wage Rates FL20260019 Revised on 01/02/2026 FAR Clauses: 52.236-2 (Differing Site Conditions), 52.236-3 (Site Investigation), 52.236-5 (Material and Workmanship), 52.236-7 (Permits and Responsibilities) Other federal, state, and local regulations governing construction contracts

7. Inquiries All questions regarding this solicitation must be submitted in writing to John Piskura no later than Thursday April 9, 2026 COB.

Issued By: Contracting Officer Mr. Mehdi Bouayad United States Coast Guard

8. Additional Clauses and Provisions

8.1 Safety and Health Requirements Occupational Safety and Health Administration (OSHA) Standards (29 CFR 1926) for construction safety. U.S. Army Corps of Engineers Safety Manual EM 385-1-1, if applicable. Submission of a Site-Specific Safety Plan (SSSP) within [X] days after award. Implementation of Personal Protective Equipment (PPE) and safety measures for workers on-site.

8.2 Environmental and Sustainability Requirements The contractor shall comply with National Environmental Policy Act (NEPA) and all EPA regulations. Use of environmentally preferable products and materials in accordance with FAR 23.1 (Sustainable Acquisition Policy). Proper disposal and handling of hazardous materials per Resource Conservation and Recovery Act (RCRA). Stormwater Pollution Prevention Plan (SWPPP) implementation (if applicable).

8.3 Compliance with the Davis-Bacon Act For contracts over $2,000, the contractor shall comply with the Davis-Bacon Act (40 U.S.C. 3141–3148): Submit certified payroll reports weekly. Pay laborers and mechanics at least the prevailing wage rates specified in the wage determination.

8.4 Delays and Liquidated Damages If the contractor fails to complete work by the agreed deadline, the Government may impose liquidated damages of $[X] per calendar day of delay. Delays due to unforeseen conditions (e.g., weather, force majeure) must be reported within 24 hours and documented.

8.5 Subcontracting Limitations In accordance with FAR 52.219-14, at least 15% of the contract value must be performed by the prime contractor (for general construction). Subcontractors must be pre-approved, and the prime contractor remains liable for their compliance.

8.6 Material and Workmanship Standards All materials shall conform to industry standards (ASTM, ANSI, etc.) and be subject to Government inspection. The Government reserves the right to reject defective work and require rework at contractor’s expense.

8.7 Bonding and Insurance Requirements For contracts over $150,000, performance and payment bonds are required per FAR 28.102-1. Contractors shall maintain liability insurance in the following amounts: General Liability: $1,000,000 per occurrence. Workers’ Compensation: As required by state law. Automobile Liability: $500,000 per accident.

8.8 Inspection and Acceptance Work will be inspected by the Contracting Officer’s Representative (COR). The Government reserves the right to reject non-conforming work and withhold payment until deficiencies are corrected.

8.9 Buy American Act Compliance Materials must comply with the Buy American Act (FAR 52.225-9) unless an exemption is approved.

8.10 Dispute Resolution and Claims Disputes shall be handled per FAR 52.233-1 (Disputes Clause). The contractor must attempt to resolve disputes through negotiation before escalating to formal claims.

View original listing