USNS OSCAR V. PETERSON FY 26 MTA
Agency: MSC Headquarters
Location: North Charleston, South Carolina
NAICS: 336611
| Agency | Coast Guard |
|---|---|
| Deadline | 04/08/26 |
| Posted | 03/17/26 |
| Estimated Value | Not Provided |
| Set Aside | Small Business |
| NAICS | 332410 - Power Boiler and Heat Exchanger Manufacturing |
| PSC | 3443 - Mechanical Presses, Power Driven |
| Location | North Charleston, SC 29405 United States |
This is a combined synopsis/solicitation for non-commercial items in accordance with the format in subpart 36, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through federal acquisition circular 2024-02. The solicitation number is 70Z036-P2600-00018. This acquisition is 100% set aside for small businesses. The NAICS code is 332410, with a size standard of $19.0M. The contract type will be a firm fixed-price purchase order. The evaluation process will be Lowest Price Technically Acceptable. The United States Coast Guard (USCG) has a requirement provide all labor, materials and equipment as required to replace the hydronic heating boiler in Industrial Building at USCG BASE Charleston, 196 Tradd St, Charleston, SC 29401. Specific requirements are detailed in the Statement of Work (SOW). All bidders are REQUIRED to visit the site to verify all work details and to become familiar with the existing conditions under which the work will be performed prior to submitting their quotes. Site visits may be conducted between 8:00 AM to 12:00 PM EST March 25nd, 2026. To arrange a site visit, please contact CWO Cody Wood at Cody.A.Wood@uscg.mil at least 24 hours prior to desired site visit date. Failure to conduct a site visit will result in the disqualification of the bidder. Bidders are responsible for properly estimating the difficulty and cost of successfully performing this work. The Government assumes no responsibility for any assumptions, understandings, or representations made by any of its officers or agents unless such information is included in the solicitation, Statement of Work (SOW), or other written documents. All questions regarding this solicitation must be submitted in writing to Julia.S.Kline2@uscg.mil by 11:00 AM EST on April 8th, 2026. Please include the solicitation number in the subject line of the email. To maintain fairness, all questions and their corresponding answers will be posted on the solicitation no later than 11:00 AMEST on April 7th, 2026 for visibility to all interested vendors. Questions submitted after the deadline will not be answered. POINT OF CONTACT (POC):
Cody.A.Wood@uscg.mil 843-801-4333
Julia.S.Kline2@uscg.mil (206)-827-1234
Shannon Bistline, SFCO shannon.s.bistline@uscg.mil (843) 813-6763
All work shall take place at the following location:
Charleston, SC 29401 Ensure sure that your UEI is updated/or registered via www.SAM.gov website. It is mandatory that your UEI number is active within the SAM.gov website before doing business with the Coast Guard. Interested vendors must download and review all attachments included in this solicitation package, which consists of the Statement of Work (SOW), Dept. of Labor wage rates for construction, SF-1442, and applicable Provisions and Clauses. Please read the entire solicitation package carefully before preparing your quote. Quotes must include a detailed breakdown of estimated labor and material costs and clearly display the vendor's Unique Entity Identifier (UEI) and Tax Identification Number (TIN). All quotes must be submitted via email to Julia.S.Kline2@uscg.mil no later than 11:00AM EST on April 8th, 2026. In addition to submitting your bid on the SF-1442, please provide a brief technical proposal that demonstrates an understanding of the Statement of Work and describes the approach to fulfilling all requirements. Quotes submitted via mail or telephone will not be accepted. A formal notice of changes (if applicable) will be issued in SAM.Gov. The Government intends to award the contract in its entirety to a single contractor on an all-or-nothing basis to the responsible offeror whose proposal is determined to be the lowest price technically acceptable (LPTA) and most advantageous to the Government, in accordance with the evaluation and award procedures outlined in FAR 13.106. While the intent is to select one contractor for this acquisition, the Government reserves the right not to make an award at all, depending on the quality of the proposals, the prices submitted, and the availability of funds. The Government reserves the right to reject any quotation that is deemed unreasonable in terms of program commitments, including contract terms and conditions, or if the cost is unreasonably high or low when compared to Government estimates. A proposal may be rejected if it reflects an inherent lack of competence or a failure to understand the complexity and risks associated with the program. Department of Labor Wage Rates for Construction #SC20260059.
Background The United States Coast Guard (USCG) is seeking a qualified contractor to provide all labor, materials, and equipment necessary to replace the hydronic heating boiler in the Industrial Building at USCG BASE Charleston, located at 196 Tradd St, Charleston, SC 29401. This project is critical as Base Charleston is an operational Coast Guard unit that will remain active during the work. The goal of this contract is to ensure the efficient operation of heating systems within the facility. Work Details The contract involves replacing the existing hydronic heating boiler with a new high-efficiency commercial water boiler. Specific requirements include: 1. Demolition & Removal: - Disconnect and remove existing boiler, including flue connections and piping (domestic water, gas, and hydronic as needed). - Proper disposal of all removed equipment in compliance with local regulations. - Cap or modify existing connections for new system installation. 2. Equipment Installation: - Furnish and install one (1) Floor-Mount High-Efficiency Commercial Water Boiler for hydronic heating systems with specifications: - BTU/hr: 725000 - Fuel Type: Natural Gas - Fire Tube Condensing Boiler - Advanced control system with LED display - Modulating Burner: Turndown Ratio 10:1 - Variable Flow: 20 to 150 GPM. - Set new unit in the same location as existing or nearest code-compliant accessible location. 3. Exhaust Flue Installation: Provide and install PVC vent piping and combustion air intake for appliance. 4. Condensate Drainage Installation: Install condensate lines with neutralizer kits if required. 5. Start-Up & Commissioning: Test each appliance per manufacturer procedures and provide owner/operator training. Period of Performance The total contract performance period is 60 calendar days from the start of work. Place of Performance All work shall take place at USCG BASE Charleston, located at 196 Tradd St, Charleston, SC 29401.
| Contact name | CWO Cody Wood |
|---|---|
| Contact email | cody.a.wood@uscg.mil. |
| Contact phone | (571) 608-7666 |
Agency: MSC Headquarters
Location: North Charleston, South Carolina
NAICS: 336611
Agency: Naval Information Warfare Systems Command
Location: North Charleston, South Carolina
NAICS: 611420
Agency: Coast Guard
Location: North Charleston, South Carolina
NAICS: 238290
Agency: Coast Guard
Location: North Charleston, South Carolina
NAICS: 236220