USCG Base Charleston - Boiler Replacement
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 United States Coast Guard (USCG) Base Charleston is soliciting proposals for the replacement of a hydronic heating boiler in its Industrial Building. This is a 100% Total Small Business Set-Aside opportunity. The contract will be a Firm Fixed-Price Purchase Order, awarded based on Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due by April 8th, 2026, at 11:00 AM EST.
Opportunity Details
This combined synopsis/solicitation (Solicitation Number: 70Z036-P2600-00018) seeks a qualified contractor to provide all labor, materials, and equipment necessary for the boiler replacement project at USCG BASE Charleston, 196 Tradd St, Charleston, SC 29401. The NAICS code is 332410 with a size standard of $19.0M.
Scope of Work
The project involves the complete replacement of the existing hydronic heating boiler. Key tasks include:
- Demolition and removal of the current boiler, flue connections, and piping.
- Installation of a new Floor-Mount High-Efficiency Commercial Water Boiler (725,000 BTU/hr, Natural Gas, Fire Tube Condensing Boiler) with specific features like a 10:1 turndown ratio and variable flow.
- Connection to existing domestic water, gas, and hydronic piping systems.
- Installation of new exhaust flue and condensate drainage systems.
- Start-up, commissioning, and basic owner/operator training.
- Provision of closeout documentation, including material lists and line drawings. The performance period is 30 calendar days after receiving notice to proceed.
Mandatory Site Visit
All bidders are required to conduct a site visit to verify work details and existing conditions. Site visits are scheduled for March 25th, 2026, between 8:00 AM and 12:00 PM EST. To arrange a visit, contact CWO Cody Wood at Cody.A.Wood@uscg.mil at least 24 hours in advance. Failure to conduct a site visit will result in disqualification.
Submission Requirements & Evaluation
Proposals must include a detailed breakdown of estimated labor and material costs, the vendor's Unique Entity Identifier (UEI), and Tax Identification Number (TIN). In addition to the SF-1442, a brief technical proposal demonstrating understanding of the SOW and approach is required. The evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method, with the intent to award to a single contractor on an all-or-nothing basis. Applicable Department of Labor wage rates for construction (WD # SC20260059) and standard FAR clauses (e.g., Small Business Program Representations, Buy American Act) apply.
Key Dates & Contacts
- Questions Due: April 8th, 2026, 11:00 AM EST to Julia.S.Kline2@uscg.mil.
- Answers Posted: No later than April 7th, 2026, 11:00 AM EST.
- Proposals Due: April 8th, 2026, 11:00 AM EST via email to Julia.S.Kline2@uscg.mil.
- 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. Vendors must have an active UEI registration on SAM.gov.