This is a combined synopsis/solicitation for construction in accordance with the format in subpart 36, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through federal acquisition circular 2024-02.
The solicitation number is 70Z03625Q0069-0002. This acquisition is 100% set aside for small businesses. The NAICS code is 238210, with a size standard of $19.0M.
The contract type will be a firm fixed-price purchase order. The evaluation process will be Lowest Price Technically Acceptable.
The United States Coast Guard (USCG) has a requirement to remove . Specific requirements are detailed in the Statement of Work (SOW).
All bidders are required to visit the site to verify all work details and become familiar with existing conditions under which the work will be performed before submitting their quotes. Site visits may be conducted between 8:00 AM and 3:30 PM EST September 2nd – September 5th, 2025. To arrange a site visit, please contact LT Justin Lovell at justin.r.lovell@uscg.mil or LCDR Jon Sapundjieff at jonathan.s.sapundjieff@uscg.mil at least 24 hours prior to desired site visit date.
The contractor must visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government assumes no responsibility for any assumptions, understandings, or representations made by any of its officers or agents unless such information is included in the sonication, SOW, or other official documents.
Contractors who previously conducted a site visit during solicitation #70Z03625Q0069 that was cancelled are not required to conduct another site visit if they are able to accurately adjust their quote based on this revised Statement of Work.
All questions regarding this solicitation must be submitted in writing to adam.s.hitchcox@uscg.mil by 5:00 PM EST on September 5th, 2025. Please include the solicitation number in the subject line of the email. To maintain fairness, all questions and their corresponding answers will be posted on the solicitation no later than 5:00 PM on September 8th, 2025, for visibility to all interested vendors. Questions submitted after the September 5th question deadline will not be answered.
POINT OF CONTACT (POC):
SKC Adam Hitchcox
Email: Adam.S.Hitchcox@uscg.mil
Phone: (571) 608-4730
LOCATION
All work shall take place at the following location:
U.S. Coast Guard Air Station Savannah
Hunter Army Airfield
1297 Lightning Rd
Savannah, GA 31409
Ensure sure that your UEI is updated/or registered via www.SAM.gov website. It is mandatory that your UEI number is active within the SAM.gov website before doing business with the Coast Guard.
Interested vendors must download and review all attachments included in this solicitation package, which consists of the Statement of Work (SOW), Dept. of Labor wage rates for construction, W SF-1442, and applicable Provisions and Clauses. Please read the entire solicitation package carefully before preparing your quote.
Quotes must include a detailed breakdown of estimated labor and material costs and clearly display the vendor’s Unique Entity Identifier (UEI) and Tax Identification Number (TIN).
All quotes must be submitted via email to Adam.S.Hitchcox@uscg.mil no later than 5:00PM EST on September 10th, 2025. In addition to submitting your bid on the SF-1442, please include an in-house quote document that contains how the work will be accomplished.
Quotes submitted via mail or telephone will not be accepted. A formal notice of changes (if applicable) will be issued in SAM.Gov.
The Government intends to award the contract in its entirety to a single contractor on an all-or-nothing basis to the responsible offeror whose proposal is determined to be the lowest price technically acceptable (LPTA) and most advantageous to the Government, in accordance with the evaluation and award procedures outlined in FAR 13.106. While the intent is to select one contractor for this acquisition, the Government reserves the right not to make an award at all, depending on the quality of the proposals, the prices submitted, and the availability of funds.
The Government reserves the right to reject any quotation that is deemed unreasonable in terms of program commitments, including contract terms and conditions, or if the cost is unreasonably high or low when compared to Government estimates. A proposal may be rejected if it reflects an inherent lack of competence or a failure to understand the complexity and risks associated with the program.
Service Contract Act Wage Determination #GA20240317 Published 8/8/2025.