USCGC OBION BACKFLOW REPAIR
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 is soliciting proposals for plumbing repairs and renewal, specifically for backflow preventers and associated piping, at the USCGC Obion Shore Side Detachment facility in Owensboro, KY. This is a Total Small Business Set-Aside opportunity, with a Firm-Fixed Price Construction Contract awarded based on Lowest Price Technically Acceptable (LPTA). Quotes are due by April 3, 2026, at 6:00 PM ET.
Scope of Work
The project involves comprehensive plumbing repairs and renewal to ensure compliance with state and federal codes. Key tasks include:
- Piping Renewal: Replacing accessible copper piping (2", 1.5", 1/2") for PRZ drainage, main supply, hot/cold water lines, and exterior garden spigot.
- Valve Replacement: Installing 1/2" isolation valves, replacing two 1 1/2" backflow preventers (Watts 009M2 or equivalent), replacing the 1 1/2" main water supply isolation valve, and replacing the 1/2" eye wash station valve.
- Drainage System: Rerouting RPZ drains with a new 2" header to the building exterior, connecting the HW tank relief valve to the drain header, and providing a 3/4" check valve.
- Ancillary Work: Replacing all piping anchors, converting PEX piping to copper at the utility sink, anchoring the utility sink, replacing its P-trap, and renewing insulation (up to 50 linear feet).
- Heat Tracing & Fixtures: Replacing a 1 1/2" dielectric union, reattaching/insulating existing heat strips, and installing a filtered drinking fountain with water bottle filling capabilities.
Contract & Timeline
- Contract Type: Firm-Fixed Price Construction Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19M size standard.
- PSC Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
- Period of Performance: 30 calendar days from the start of work.
- Response Due: April 3, 2026, 6:00 PM ET.
- Published Date: March 25, 2026.
Evaluation & Requirements
Award will be made to the offeror with the Lowest Price Technically Acceptable (LPTA) proposal. Offerors must be actively registered in SAM.gov. A mandatory preconstruction conference is required. Contractors are responsible for acquiring all necessary permits, providing all labor, tools, equipment, and materials, and ensuring site safety. FAR Clause 52.236-1 requires contractors to perform at least 50% of the total contract work on-site with their own organization's labor, excluding executive, administrative, and clerical forces. A statement designating these portions must be submitted with the schedule of costs. Performance and Payment Bonds are required.
Site Visit & Submission
Offerors are urged and expected to inspect the site. Arrangements for a mandatory site visit can be made by contacting MKC Corey Walters at Corey.a.walters@uscg.mil or 270-314-8761. Quotes must be submitted to Jonathan.d.thomas@uscg.mil and Lynn.P.Charles2@uscg.mil`.