Repair Galley Grease Trap and Holding Tank at USCG Station Yankeetown
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
BASE MIAMI(00028)
Contract Value
Not provided
Codes & Classification
Solicitation Number
30324PR260000002
NAICS
238220 - Plumbing, Heating, and Air-Conditioning Contractors
Classification Code
Y1ND
Additional Details
Documents3
The United States Coast Guard (USCG), under the Department of Homeland Security, has issued a combined synopsis/solicitation for construction services to repair the galley grease trap and holding tank at USCG Station Yankeetown, located at 5800 Riverside Dr., Yankeetown, Florida 34434. This procurement, identified by Solicitation Number 30324PR260000002, is a total small business set-aside and falls under NAICS Code 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a Product Service Code of Y1ND.
**Purpose and Scope**
The primary objective of this project is to restore and upgrade the galley grease trap and associated holding tank infrastructure at USCG Station Yankeetown. The intended outcome is to ensure reliable, code-compliant waste management systems that support the station’s operational needs while adhering to environmental and safety standards. The work encompasses the removal and replacement of existing systems, installation of new septic and dosing tanks, and the provision of temporary facilities to maintain operational continuity during construction.
**Key Requirements and Deliverables**
Contractors are required to provide all supervision, labor, materials, and equipment necessary to:
- Coordinate with station personnel for site access and removal of obstacles.
- Obtain all necessary state and local permits.
- Provide temporary bathroom and shower facilities for the duration of the project.
- Pump out and remove the existing grease trap and cracked holding tank, ensuring environmentally compliant disposal.
- Install a new grinding station and control panel.
- Construct a new drain field (up to 1,395 sq. ft. LPD).
- Install a new 2,000-gallon single-compartment septic tank and a 1,050-gallon single-compartment septic tank in series.
- Install a new dosing system, including a 1,900-gallon dosing tank, two low-pressure dosing pumps, and a new alarm/alternating panel.
- Add fill dirt as required by permitting authorities.
- Remove a 3’ x 50’ section of the parking lot for installation, with potential pipe replacement as needed.
- Test and verify the operation of the new septic system in the presence of the Quality Assurance Evaluator (QAE).
- Remove all project-related trash and debris from the site upon completion.
**Project Administration and Site Considerations**
- Work must commence no later than 10 days after the notice to proceed and be scheduled to minimize disruption to station operations, typically within the hours of 7:00 am to 3:00 pm, Monday through Friday, excluding federal holidays.
- A site visit is highly recommended (but not mandatory) and is scheduled for Tuesday, April 7, 2026, at 10:00 am EST. Prospective bidders should coordinate with MK1 John B. Piskura ([email protected], 440-242-1917) for site access and questions.
- Contractors must submit a consolidated list of personnel for background checks at least two days prior to work. Only U.S. citizens and permanent resident aliens are permitted on site.
- All contractor vehicles, equipment, and personnel are subject to search, and strict adherence to base security and safety protocols is required.
- The contractor is responsible for the protection of existing structures, utilities, and vegetation, and must repair any damage at their own expense.
- Use of station power and water is permitted for project activities; other utilities require prior approval.
**Contracting Entity and Contact Information**
- Contracting Office: USCG Procurement & Contracting, 12100 SW 152nd St, Miami, FL 33177
- Contracting Officer: Mr. Mehdi Bouayad ([email protected], 571-607-8108)
- Primary On-Site Contact: MK1 John B. Piskura ([email protected], 440-242-1917)
**Procurement Type and Evaluation**
This is a firm-fixed-price contract, with a magnitude not to exceed $82,500. The procurement will be awarded based on either the Lowest Price Technically Acceptable (LPTA) or Best Value criteria. Proposals must include a technical approach demonstrating relevant experience, a detailed price breakdown, and past performance references. Evaluation factors include technical acceptability, past performance, and price reasonableness.
**Submission Details**
- Proposals are due by Monday, April 13, 2026, at 11:00 am EST.
- Submissions may be sent via email to [email protected] or by mail as specified in the solicitation.
- All questions must be submitted in writing to John Piskura by Thursday, April 9, 2026, COB.
**Compliance and Special Considerations**
- The project is subject to Davis-Bacon Act wage rates (FL20260019, revised 01/02/2026) and relevant FAR clauses, including those governing site conditions, permits, and workmanship.
- Contractors must comply with OSHA standards (29 CFR 1926), submit a site-specific safety plan, and implement appropriate PPE and safety measures.
- Environmental compliance with NEPA, EPA regulations, and sustainable acquisition policies is required, including proper handling and disposal of hazardous materials.
- At least 15% of the contract value must be performed by the prime contractor, and all subcontractors must be pre-approved.
- Materials must meet industry standards and Buy American Act requirements unless exempted.
- The contractor must provide a one-year warranty on workmanship from the date of substantial completion.
- Final acceptance is contingent upon inspection and correction of any deficiencies.
**Constant Elements Throughout the Contract Lifecycle**
- The scope of work and deliverables as outlined above.
- Compliance with federal, state, and local regulations, including safety, environmental, and wage requirements.
- Security and access protocols for all contractor personnel.
- The requirement for coordination with designated USCG points of contact.
- The firm-fixed-price nature of the contract and the small business set-aside status.
This opportunity is well-suited for small business contractors with demonstrated experience in plumbing and septic system construction, particularly those familiar with federal contracting requirements and capable of managing projects in secure, operationally sensitive environments. Interested firms should review the full solicitation and attachments via the official SAM.gov posting (https://sam.gov/opp/bd2ba2889d3e49a990bbeb5b06e32932/view) and ensure timely submission of all required documentation.