Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The U.S. Coast Guard is seeking contractors for the modification of a truck fueling station at Air Station Miami. The project involves utilizing existing equipment and installing new components to ensure compliance with Coast Guard policies. Bidders are encouraged to inspect the site prior to submission, with a response deadline of April 13, 2026.
Truck Fueling Station Modification at USCG Air Station Miami
1. General Information
Solicitation Number: 20140PR260000108
Date Posted: 03/26/2026
Response Due Date: Monday April 13, 2026, at 11:00AM EST
NAICS Code: 238190 Other Foundation, Structure, And Building Exterior Contractors
Set-Aside: Total Small Business Set a Side
Contracting Office: USCG PROCUREMENT & CONTRACTINNG
12100 SW 152ND ST
MIAMI, FL 33177
Point of Contact: Mehdi Bouayad
Email: Mehdi.Bouayad@uscg.mil
571-607-8108
2. Description of Work
This is a combined synopsis/solicitation for construction services prepared in accordance with FAR Part 36 and FAR Part 13. The U.S. Government intends to award a firm-fixed-price contract based on the lowest price technically acceptable (LPTA) or best value tradeoff method.
Scope of Work:
General:
The Coast Guard AIRSTA Miami fuel pits were taken offline after a leak was discovered in the underground supply lines servicing the fueling stations. As a result, Air Station Miami no longer has organic fueling capabilities. By utilizing the components of the current truck refueling station and re-installing them at a modified offloading module upstream of the supply line cutoff, Air Station Miami will be able to conduct truck refueling operations. This install will ensure the truck fueling station is compliant with Coast Guard fueling policies with the addition of a flow meter & Deadman switch.
Location of Project: U.S. Coast Guard Air Station Miami
14750 NW 44th CT
Opa Locka, FL 33054
Examination of Site: It is HIGHLY ENCOURAGED that bidders carefully inspect the
workplace and verify all work necessary to complete job. Prospective bidders arrange for a tour
of the job site by calling the point of contact, LT Thomas Jones at 305-619-0573 or via email Thomas.M.Jones@uscg.mil
at least 3 working days in advance.
Site Visit Highly Recommended but not Mandatory *************** Wednesday April 01, 2026 at 10:00AM EST*****************
Site Visit Coordinator is LT Thomas M. Jones Email: Thomas.M.Jones@uscg.mil Phone: 305-619-0573
1. Continuity of Facilities Operation:
Schedule work to minimize interference with the facility operations and during the normal
operating hours of 7:00 am to 3:00 pm Monday through Friday, excluding federal holidays. Work
may be conducted during other hours if approved in advance by coordinating with the facility
Point of Contacts (POC) listed below.
2. Notification of Start and Completion of Work:
The Contractor shall provide a simple and general schedule of work. For example, “Begin work
at ____ on _______. Work is expected to last __ days and be complete on _______.”
3. Coast Guard Points of Contact:
The Contractor shall coordinate with the following personnel to arrange access the facility.
POC’s are listed in order of preference.
Name Email / notes Phone Number
LT Thomas M. Jones, Email: Thomas.M.Jones@uscg.mil Phone: 305-619-0573
Page 3 of 13
4. Recycling and Disposal of Refuse:
Minor refuse and waste materials resulting from operations may be disposed of at Air Station Miami.
All disposals shall be done in accordance with federal, state, and local
laws and regulations. No Hazardous Waste or bulk waste may be disposed of in Air Station
Miami dumpsters.
5. Safety:
During the execution of this contract, the Contractor shall conform to the rules and regulations as
set forth by OSHA State and Federal regulations. Immediate notification to the Contracting
Officer’s Representative of lost time due to accidents is required. Provide two copies of
Workman’s compensation accident reports by noon of the day following the accident. The Coast
Guard reserves the right to bar any workers or supervisors from the premises should they be
documented as violating set safety standards and regulations.
6. Inspection:
The Contracting Officer’s Representative has the right to reject defective workmanship or
materials or work not performed as per the contract specifications.
7. Operations and Storage:
The Coast Guard has no responsibility for receipt, storage, or protection of contractor’s
materials. The Coast Guard will not accept shipments, and no materials may be stored on site
by the contractor. The contractor is responsible for the protection of existing structures and utilities
and vegetation. Any damage shall be repaired at the contractor’s expense.
8. Utilities:
Contractors are authorized to use Air Station Miami power and water while conducting the
work efforts outlined in this document. Any other use of power is not authorized. The unit POC’s
listed above will designate available utility connection points if necessary.
9. General Regulations while onboard Air Station Miami.
1. Daily colors and the raising/lowering of the American flag will take place every morning
at 0800 and every evening at sunset. All personnel on Base will face the main flagpole &
maintain silence and all vehicles & equipment will halt during these brief events.
2. Traffic Regulations:
a. 10 mph speed limit
b. No use of cell phones is permitted while driving vehicles or operating heavy
machinery.
Page 4 of 13
c. All personnel shall obey all marked traffic signals including stop signs &
stoplights.
5. Notice shall be given to the Coast Guard’s representative 1 week in advance of any
planned outages, including any pool closure and expected duration.
6. Contractors are welcome to utilize the restrooms in the area they are currently working in
providing they are clean and do not track mud, dirt or any other debris into the
restrooms.
7. No personnel other than the Contracting Officer has the authority to alter the terms of any
contract or to issue any change orders. Accordingly, the contractor shall not complete
any work that would incur additional costs to the government without written approval
from the Contracting Officer.
10. SECURITY REQUIREMENTS:
1. The contractor shall provide a consolidated list of all contractor personnel who will be
working on Air Station Miami at least 2 days prior to work. This is for
routine/ standard background checks of all personnel entering the base. Information
required is full name, date of birth, and last 4 digits only of Social Security Number.
2. Only American citizens and permanent resident aliens are allowed onboard Air Station
Miami Facilities. Absolutely no foreign nationals are permitted on the premises.
Appropriate identification shall be provided at the front gate to attain base entry.
3. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject
to search, at all times. Additionally, at all times due to security and operational needs, the
contractor is subject to orders to evacuate the property at any time.
4. Absolutely no firearms or weapons of any kind are allowed onboard Air Station Miami.
5. The contractor and subcontractor personnel shall wear company identification and
always carry photo identification on their person. Personnel shall not stray from the
immediate area of work nor direct avenues of ingress and egress unless authorized in
advance.
Page 6 of 13
Contractor shall be responsible for the removal of all trash and debris from project area off site
upon completion.
All work must be approved by the Contracting Officer’s Representative.
Warranty:
The Contractor warrants that all workmanship shall be free from defects for a period of one years
from the date of substantial completion.
12. ACCEPTANCE OF WORK:
When the contractor has completed all work, they shall notify the Coast Guard (COR) for a final
inspection with least a 24-hour notice. If there are any project discrepancies noted, they shall be
corrected within 5 business days of discovery. The work will be accepted as complete upon
verified correction of any/ all noted discrepancies. After work acceptance, the contractor shall
submit final invoice to the Coast Guard as directed by the COR.
Magnitude of Construction:
Not to exceed $47.5K
3. Submission Details
Proposals Due By: Monday April 13, 2026/11AM EST
Submission Method: [Email Mehdi.Bouayad@uscg.mil or Mailed Bids]
Technical Proposal (demonstrating capability and experience).
Price Proposal (detailed cost breakdown).
Past Performance References will be reviewed
Evaluation Criteria
Award will be made based on [Lowest Price Technically Acceptable (LPTA) / Best Value] criteria. Proposals will be evaluated on:
1. Technical Acceptability – Demonstrated experience in similar projects.
2. Past Performance – Positive references from previous construction work.
3. Price Reasonableness – Competitive pricing aligned with market rates.
6. Contract Terms and Conditions
This procurement is subject to the following:
Davis-Bacon Act Compliance: Wage Rates FL20260215 Revised on 01/02/2026
FAR Clauses 52.236-2 (Differing Site Conditions), 52.236-3 (Site Investigation), 52.236-5 (Material and Workmanship), 52.236-7 (Permits and Responsibilities).
Other federal, state, and local regulations governing construction contracts.
7. Inquiries
*****All questions regarding this solicitation must be submitted in writing to LT Thomas M. Jones no later than Friday April 10, 2026 COB.*********
Issued By:
Contracting Officer Mr. Mehdi Bouayad
United States Coast Guard
8. Additional Clauses and Provisions
8.1 Safety and Health Requirements
The contractor shall comply with:
8.2 Environmental and Sustainability Requirements
8.3 Compliance with the Davis-Bacon Act
For contracts over $2,000, the contractor shall comply with the Davis-Bacon Act (40 U.S.C. 3141–3148):
8.4 Delays and Liquidated Damages
8.5 Subcontracting Limitations
8.6 Material and Workmanship Standards
8.7 Bonding and Insurance Requirements
8.8 Inspection and Acceptance
8.9 Buy American Act Compliance
8.10 Dispute Resolution and Claims
TRUCK FUELING STATION MODIFICATION AT USCG AIR STATION MIAMI is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.