SOLICITATION FOR NEW RESIDENTIAL HOUSING CONSTRUCTION IN SEWARD, ALASKA
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 U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC), in support of Civil Engineering Unit - Juneau (CEUJ), has issued a solicitation for the construction of three new duplex-type residential housing units in Seward, Alaska. This Total Small Business Set-Aside opportunity also includes an optional bid item for a maintenance support building. Proposals are due April 21, 2026, at 1:00 PM AKST.
Scope of Work
The contractor will provide all labor, materials, equipment, transportation, disposal, and supervision for the construction of these housing units on U.S. Government-owned lots. The scope encompasses all typical trades for new housing construction, including earthwork, utilities, and services. All work must adhere to the Specifications for PN 136116880, Drawings for PN 13611688, and applicable prevailing wage rates (Davis-Bacon Act). The period of performance is 545 calendar days from the date of award, with work commencing within 10 calendar days of the Notice to Proceed. Offerors must have residential building experience.
Contract Details & Set-Aside
- Contract Type: Firm-Fixed-Price Construction
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1FZ - Construction Of Other Residential Buildings
- Place of Performance: Seward, Alaska
Submission Requirements
Proposals must be submitted via email to Cheryl A. Berry and John Wright by the due date, with email submissions limited to 20MB. Key components include a 10% Bid Bond, completed CLIN pricing, a summary price breakdown, and acknowledgment of all solicitation amendments. Offerors must complete Attachment A (Prior Experience Overview Sheet) and Attachment B (Experience Information Form) detailing up to three relevant residential projects within the last ten years. Attachment C (NAVFAC/USACE/USCG Past Performance Questionnaire) must be completed by clients.
Evaluation Factors
Award will be based on a best-value tradeoff process considering four factors:
- Planned Approach/Schedule & Risk Mitigation
- Prior Experience
- Past Performance
- Business/Price Proposal
Key Dates & Contacts
- Pre-Proposal Conference: March 9, 2026, 11:00 AM AKST (Microsoft Teams)
- Site Visit: March 17, 2026, 1:00 PM AKST (Notify Jacob Carse by March 9, 2026, 3:00 PM AKST to attend)
- Questions Deadline: April 1, 2026, 12:00 PM AKST
- Proposal Due Date: April 21, 2026, 1:00 PM AKST
- Primary Contact: John Wright (john.wright@uscg.mil)
- Secondary Contact: Cheryl Berry (Cheryl.A.Berry@uscg.mil)