USCG Base Charleston - Boiler Replacement
SOL #: 70Z036-P2600-00018Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
BASE CHARLESTON
N CHARLESTON, SC, 29405, United States
Place of Performance
North Charleston, SC
NAICS
Power Boiler and Heat Exchanger Manufacturing (332410)
PSC
Mechanical Presses, Power Driven (3443)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 17, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 8, 2026, 3:00 PM
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 United States Coast Guard (USCG), specifically BASE Charleston, is soliciting quotes for the replacement of the hydronic heating boiler in the Industrial Building at USCG Base Charleston, 196 Tradd St, Charleston, SC 29401. This opportunity is a 100% Total Small Business Set-Aside. Quotes are due by April 8th, 2026, at 11:00 AM EST.
Scope of Work
The contractor will provide all labor, materials, and equipment to replace the existing hydronic heating boiler. This includes:
- Demolition and removal of the old boiler, flue connections, and piping.
- Installation of one (1) Floor-Mount High-Efficiency Commercial Water Boiler (725,000 BTU/hr, Natural Gas, Condensing Boiler) with specific features (e.g., 10:1 turndown ratio, variable flow).
- Connection to existing domestic water, gas, and hydronic piping systems, including new isolation valves, pressure relief valves, and backflow prevention devices.
- Installation of new exhaust flue, condensate drainage systems, and pipe insulation.
- Start-up, commissioning, testing, and basic owner/operator training.
- Incidental work such as removal/replacement of smoke detectors, lights, sprinkler heads, and speakers.
- Closeout documentation, including material lists and line drawings. The total contract performance period is 60 calendar days.
Contract Details
- Type: Firm Fixed-Price Purchase Order (Combined Synopsis/Solicitation)
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 332410 (Size Standard: $19.0M)
- Evaluation: Lowest Price Technically Acceptable (LPTA)
- Award: Intent to award to a single contractor on an all-or-nothing basis.
- Applicable Regulations: FAR 13.106, Federal Acquisition Circular 2024-02, Department of Labor Wage Rates for Construction #SC20260059.
Key Dates & Actions
- Questions Due: April 8th, 2026, by 11:00 AM EST to Julia.S.Kline2@uscg.mil.
- Quotes Due: April 8th, 2026, by 11:00 AM EST.
- Mandatory Site Visit: Bidders are REQUIRED to visit the site. Site visits may be conducted between 8:00 AM to 1:00 PM EST on Wednesday, Thursday, or Friday. Contact CWO Cody Wood (Cody.A.Wood@uscg.mil) at least 24 hours prior to the desired date. Failure to conduct a site visit will result in disqualification.
Submission Requirements
Quotes must be submitted via email to Julia.S.Kline2@uscg.mil and include:
- A detailed breakdown of estimated labor and material costs.
- Vendor's Unique Entity Identifier (UEI) and Tax Identification Number (TIN).
- A brief technical proposal demonstrating understanding of the SOW and approach.
- Submission on SF-1442. Ensure your UEI is active and registered on SAM.gov.
Points of Contact
- Technical POC: CWO Cody Wood (Cody.A.Wood@uscg.mil, 571-608-7666)
- Contracting Specialist: Julia Kline (Julia.S.Kline2@uscg.mil, 206-827-1234)
People
Points of Contact
CWO Cody WoodPRIMARY