MAJOR M&R MONTAUK SPRINGS HOUSING, AT USCG SECTOR LONG ISLAND SOUND, EAST HAMPTON, NY 11937
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Coast Guard (USCG) CEU Providence has issued a pre-solicitation notice for major maintenance and repair (M&R) services for 17 single-family homes at the Montauk Springs Family Housing (MSFHSG), located at USCG Sector Long Island Sound, East Hampton, NY 11937. This acquisition is a 100% Total Small Business Set-Aside with an estimated value between $5,000,000 and $10,000,000. The solicitation package is expected to be available on or about May 22, 2026, with bids tentatively due by June 23, 2026, at 2:00 p.m. EST.
Scope of Work
The project involves comprehensive repairs and upgrades to 17 single-family homes and their properties. The scope is divided into one Base Bid Item (BBI) and two Optional Bid Items (OBI).
Base Bid Items include:
- Complete replacement of existing septic systems with new town-approved low-nitrogen systems.
- Decommissioning of existing wells and installation of new domestic water service laterals.
- Full replacement of HVAC systems, roofing, and gutter systems.
- Repair and replacement of exterior site features (driveways, walkways, fencing).
- Interior and exterior repairs, including basement bulkhead doors, subflooring, insulation, and wallboard.
- Upgrades to electrical devices, wiring, and plumbing fixtures in kitchens and bathrooms.
- Complete renovation of finishes and fixtures in all kitchens and bathrooms.
- Refinishing existing hardwood floors and installing new hardwood flooring.
- Interior finishing, including patching and repainting all interior spaces.
- Professional relocation services for household belongings between units.
Optional Bid Items include:
- OBI #1 (6 Presidio Place): Extensive repairs, including HVAC, electrical, plumbing, roof/gutters, bulkhead door, full kitchen/bathroom renovation, new flooring, and interior painting.
- OBI #2 (20 Broadway Avenue): Repairs including HVAC, electrical, plumbing, roof/gutters, kitchen countertop replacement, bathroom renovation, and flooring work.
Contract & Timeline
- Contract Type: Sealed Bidding (pursuant to FAR Part 14)
- Set-Aside: Total Small Business (100%)
- Estimated Value: $5,000,000 - $10,000,000
- NAICS Code: 236118 - Residential Remodelers (Small Business Size Standard: $45.0 million)
- Bonds: 20% bid guarantee, Performance and Payment bonds required.
- Solicitation Release: On or about May 22, 2026
- Tentative Bid Due: June 23, 2026, at 2:00 p.m. EST
- Anticipated Award: Late July 2026
- Performance Period: 730 calendar days from Notice to Proceed
Important Notes
This is a pre-solicitation notice only, informing industry of the intent to post an Invitation for Bid (IFB). Bids received in response to this pre-solicitation will not be accepted or evaluated. All relevant solicitation documents will be accessible via SAM.gov upon release. Vendors must be registered in the System for Award Management (SAM) database to be eligible for a federal government contract. The Government reserves the right to cancel this solicitation.