Yocum Sailing Center Fuel Dispensing System; Removal and Installation
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 Department of Transportation is soliciting proposals for the removal and installation of the Yocum Sailing Center Fuel Dispensing System at the United States Merchant Marine Academy (USMMA) in Kings Point, NY. This is a Total Small Business Set-Aside opportunity, with a Firm Fixed Price contract to be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due March 31, 2026, at 2:00 PM EST.
Scope of Work
The project involves the comprehensive removal of existing underground storage tanks (USTs), fuel dispensers, and associated piping and electrical systems. Subsequently, new double-walled fiberglass USTs (2,500-gallon gasoline and 6,000-gallon diesel), dual product fuel dispensers, and all related piping and electrical systems will be installed. An additional Contract Line Item Number (CLIN) is included for a new dual product fuel dispenser to serve land-based equipment. The scope also covers repairing the pier structure, ensuring compliance with all Federal, State, and local regulations, including environmental and historic preservation standards, conducting soil testing and remediation if necessary, and disposing of all obsolete equipment and hazardous waste. A Professional Engineer is required for design and permitting, and all necessary permits and regulatory inspections must be obtained.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: 90 days from Notice to Proceed (estimated April 24, 2026 – July 23, 2026)
- NAICS Code: 237120 (Site Preparation Contractors)
- PSC Code: Z2NA (Repair Or Alteration Of Fuel Supply Facilities)
- Set-Aside: Total Small Business Set-Aside
- Proposals Due: March 31, 2026, 2:00 PM EST
- Questions Due: March 16, 2026
- Site Visit: Monday, March 30, 2026, 9:30 AM – 10:30 AM EST at USMMA, Kings Point, NY. RSVP to Roody S. Milord (milordr@usmma.edu, 516-497-3611) by March 27, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering Technical Approach, Past Performance, and Price. Offerors must be registered and active in SAM.gov. Performance and Payment Bonds for 100% of the award amount will be required.
Proposals, including the Attachment One Pricing Sheet, must be submitted electronically to durba.ray@dot.gov and cc: brian.wiley.ctr@dot.gov. Responses to the Attachment Two Past Performance Questionnaires must be directly emailed by the offeror's references to durba.ray@dot.gov; cc; brian.wiley.ctr@dot.gov. A Bid Bond (Attachment Three) is also required. Wage determinations (Attachments Four and Five) apply. Proposals must remain valid for 90 calendar days.
Additional Notes
All amendments will be posted on SAM.gov. Telegraphic, telephonic, or facsimile proposals will not be accepted. Offerors must include all applicable Federal, State, and Local taxes in their proposal.