Opportunity
SAM #70Z03526QKETC002
USCG Base Ketchikan Annual Backflow Preventer Inspection, Testing, and Certification
Buyer
USCG Base Ketchikan
Posted
May 06, 2026
Respond By
May 27, 2026
Identifier
70Z03526QKETC002
NAICS
238220
This opportunity involves annual inspection, testing, and certification of potable water system backflow preventers at USCG Base Ketchikan in Alaska. - Government Buyer: - U.S. Coast Guard (USCG), Base Ketchikan, under the Department of Homeland Security - OEMs and Brands (highlighted): - Watts - FEBCO - AMGS COLT - Wilkins - AMES - Products/Equipment Requested: - Inspection and testing of 23 backflow preventers, including models such as: - Watts 909, 909 M1 QT, 007M3 QT, 009 QT RP, LF 009 M2 QT, LF 009 M3 QT - FEBCO 825Y and other FEBCO models - AMGS COLT 200 DC - Wilkins (6") - AMES (6") - Not-To-Exceed (NTE) line item for repairs identified during inspection (requires prior approval) - Services Requested: - Annual inspection, testing, certification, and reporting for all backflow prevention assemblies - Submission of final inspection/testing reports and quotes for any deficiencies - All labor, materials, equipment, tools, supervision, and transportation provided by contractor - Certified and qualified personnel required - Unique/Notable Requirements: - Contractor must be a small business under NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractors) - Work performed during normal base hours with government escort - Repair work only upon written approval, up to a specified NTE amount - Compliance with Service Contract Act wage determinations for Alaska - Period of Performance: - Base period plus four one-year option periods (annual service) - Place of Performance: - USCG Base Ketchikan, 1300 Stedman Street, Ketchikan, AK 99901
Description
This solicitation for commercial services is prepared in accordance with Federal Acquisition Regulation (FAR) subpart 12.201, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The U.S. Coast Guard (USCG) Base Ketchikan has a requirement for annual inspection, testing, and certification for its potable water system backflow preventers. The contractor shall provide all personnel, labor, materials, equipment, tools, supervision, and transportation necessary to perform the work as detailed in the attached Performance Work Statement (PWS).
This procurement is a total small business set-aside under NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $19.0 million.
(The full) Performance Work Statement is attached to this solicitation package and provided below:
Base Ketchikan Potable Water System Backflow Preventer – Annual Inspection and Testing
1.0 GENERAL
1.1 Background: United States Coast Guard (USCG) Base Ketchikan requires annual inspection, testing, and certification for its potable water system backflow preventers to ensure compliance with federal and local regulations, maintain system integrity, and protect the health and safety of base personnel.
1.2 Scope: The Contractor shall provide all necessary equipment, labor, materials, and supervision to perform annual inspection, testing, certification, and reporting for all backflow prevention assemblies listed in this PWS. This is a non-personnel services contract. The Government will not exercise any supervision or control over the contract service providers.
1.3 Objective: The objective of this contract is to ensure all backflow prevention assemblies at USCG Base Ketchikan are functioning correctly, are certified in accordance with all applicable standards, and that any deficiencies are documented and reported to the Government for corrective action.
1.4 Applicable Documents: Manufacturers’ Specifications for each backflow preventer. Ketchikan Municipal Code. NFPA 25: Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems.
2.0 SPECIFIC REQUIREMENTS/TASKS
The Contractor shall perform the following tasks for all backflow preventers listed in Paragraph 2.1.
2.1 Task One: Inspection and Testing. The Contractor shall conduct annual inspection and testing on all backflow prevention assemblies listed below.
2.1.1 Equipment List:
Location Brand Size Hard PierWatts 9092.5" Hard PierWatts 9092.5" Hard PierWatts 9092.5" IPF North ShopWatts 909 M1 QT2" IPF North ShopWatts 909 M1 QT2" IPF Boiler RoomWatts 007M3 QT3/4" STA Boat HouseWatts 909 M1 QT RP1.5" STA Boat HouseWatts 009 QT RP3/4" Admin Boiler RoomFEBCO 825Y1" North Shop IndustrialWatts 007 M1 QT2" Warehouse Boiler roomFEBCO1.5" MAT Boiler RoomAMGS COLT 200 DC6" Medical BoilerWatts LF 009 M2 QT1.5" Medical BoilerWatts LF 009 M3 QT3/4" Galley BoilerWatts LF 009 M2 QT1" UPH BoilerWatts LF 009 M3 QT3/4" FRC Pier SupplyWatts4" Hard Pier #3Watts2.5" Lower Base MainWilkins6" ADMIN SprinklerAMES6" PIER #2Watts1.5" Lower Station Boat HouseWatts2"
2.2 Task Two: Reporting. The Contractor must provide a detailed report of the work performed. 2.3 Task Three: Deficiency Quoting. For any assembly that fails inspection or is found to be deficient, the Contractor must provide a written quote for the necessary repairs.
3.0 CONTRACTOR PERSONNEL
3.1 Qualified Personnel: The Contractor must provide certified and qualified personnel to perform all requirements specified in this PWS. The Contractor must provide proof of technician certification/license to the Technical POC (POC) upon request and include it with the final report deliverable.
4.0 OTHER APPLICABLE CONDITIONS
4.1 Period of Performance: The period of performance is a base period with four (4) one-year option periods.
Base Period: July 1, 2026, through September 30, 2026 Option Period One: July 1, 2027, through September 30, 2027 Option Period Two: July 1, 2028, through September 30, 2028 Option Period Three: July 1, 2029, through September 30, 2029 Option Period Four: July 1, 2030, through September 30, 2030
4.2 Place of Performance: The work will be performed at USCG Base Ketchikan, 1300 Stedman Street, Ketchikan, AK 99901.
4.3 Hours of Operation: The Contractor shall perform all work during normal base work hours (0730 to 1700 Monday-Thursday, 0730 to 1530 Friday), excluding Federal holidays. Work outside normal hours requires prior approval from the Contracting Officer (KO).
4.4 Site Visit: A site visit may be arranged. Offerors desiring a site visit should coordinate with the Technical Point of Contact (POC), who is the Facilities Department Chief Warrant Officer. Contact information for the Technical POC will be provided by the KO.
4.5 Security: The Contractor, their employees, and any sub-contractors shall become familiar with and obey all Base regulations. A Government escort will be provided for all on-site work.
5.0 GOVERNMENT FURNISHED RESOURCES
5.1 Utilities: Electrical power is available on the site.
5.2 Access: The Government will provide access to all required work areas and equipment.
5.3 Escort: The Government will provide an escort for all on-site activities.
6.0 DELIVERABLES
Item 1 PWS Ref: 2.2 Deliverable: Final Inspection & Testing Report Due Date: Within 15 days of work completion Distribution: POC, KO
Item 2 PWS Ref: 2.3 Deliverable: Quote for Deficiencies Due Date: Included with Final Report Distribution: POC, KO
Item 3 PWS Ref: 3.1 Deliverable: Proof of Technician Certification Due Date: Included with Final Report Distribution: POC, KO
10. Instructions to Offerors:
The following instructions apply: 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Aug 2025) (DEVIATION 25-21). Offerors shall submit signed and dated offers to the office specified in this solicitation at or before the time specified. As a minimum, offers must include: The solicitation number; The name, address, and telephone number of the Offeror; The Offeror’s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; A technical proposal describing the approach to meeting the requirements of the PWS. Responses to provisions that require Offeror completion of information, representations, and certifications; and Quotes shall be submitted electronically to the Contracting Officer at Benjamin.R.Reedy@uscg.mil. Pricing should be submitted as formatted below:
Pricing Schedule
CLIN 0001 Description: Base Year: Annual Backflow Preventer Inspection & Testing Period of Performance: 01 July 2026 - 30 Sep 2026 Quantity: 1 Unit: Job Unit Price: _______________ Total Price: _______________
CLIN 1001 Description: Option Year 1: Annual Backflow Preventer Inspection & Testing Period of Performance: 01 Oct 2026 - 30 Sep 2027 Quantity: 1 Unit: Job Unit Price: _______________ Total Price: _______________
CLIN 2001 Description: Option Year 2: Annual Backflow Preventer Inspection & Testing Period of Performance: 01 Oct 2027 - 30 Sep 2028 Quantity: 1 Unit: Job Unit Price: _______________ Total Price: _______________
CLIN 3001 Description: Option Year 3: Annual Backflow Preventer Inspection & Testing Period of Performance: 01 Oct 2028 - 30 Sep 2029 Quantity: 1 Unit: Job Unit Price: _______________ Total Price: _______________
CLIN 4001 Description: Option Year 4: Annual Backflow Preventer Inspection & Testing Period of Performance: 01 Oct 2029 - 30 Sep 2030 Quantity: 1 Unit: Job Unit Price: _______________ Total Price: _______________
12. Applicable Clauses:
Provisions and Clauses can be found in the attached Provisions and Clauses document. This solicitation is issued as a Request for Quotation (RFQ).