Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    TRUCK FUELING STATION MODIFICATION AT USCG AIR STATION MIAMI

    Sol. 20140PR260000108Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)MIAMI, FL
    Closed
    STATUS
    Closed
    closed Apr 13, 2026
    POSTED
    Mar 26, 2026
    Publication date
    NAICS CODE
    238190
    Primary industry classification
    PSC CODE
    Y1GC
    Product & service classification

    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.

    Contract details

    Solicitation No.
    20140PR260000108
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 26, 2026
    Response Deadline
    April 13, 2026
    NAICS Code
    238190AI guide
    PSC / Class Code
    Y1GC
    Issuing Office
    BASE MIAMI(00028)
    Sub-Agency
    US COAST GUARD
    Primary Contact
    LT THOMAS M. JONES
    City
    MIAMI
    State
    FL
    ZIP Code
    33132
    AI Product/Service
    service

    Description

    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.

    1. DESCRIPTION OF WORK

      1. SCOPE OF WORK:
        1. Provide all equipment, materials, tools, and labor to perform scope of work.
          1. All equipment and materials from the current truck fueling station will be utilized for the project to include trough, load hose/swivel, some piping and instrumentation.
          2. Procure necessary pipe, fittings, structural steel, gaskets and stud bolt fasteners.
        2. Provide JSA and SWP.
        3. Uninstall existing piping and equipment from current truck fueling station.
        4. Install blind flange on existing 4” isolation valve.
        5. Prep, form and pour two (2) equipment pad foundations at the new truck fueling station utilizing existing concrete pad for embedment and mounting.
        6. Fabricate and install two (2) new pipe supports & equipment stands to accommodate equipment, piping and instrumentation relocation.
        7. Perform LOTO and isolate load rack line, assist with drain down of line as necessary.
        8. Fabricate one (1) 4” SS spool piece to accommodate directional change of piping to ensure alignment of current equipment being reutilized.
        9. Install current load position equipment to new truck fueling station.
        10. Conduct system check. Ensure system restoration, purging and functionality of reinstalled equipment.
        11. Clean up work area.

    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:

    • Occupational Safety and Health Administration (OSHA) Standards (29 CFR 1926) for construction safety.
    • U.S. Army Corps of Engineers Safety Manual EM 385-1-1, if applicable.
    • Submission of a Site-Specific Safety Plan (SSSP) within [X] days after award.
    • Implementation of Personal Protective Equipment (PPE) and safety measures for workers on-site.

    8.2 Environmental and Sustainability Requirements

    • The contractor shall comply with National Environmental Policy Act (NEPA) and all EPA regulations.
    • Use of environmentally preferable products and materials in accordance with FAR 23.1 (Sustainable Acquisition Policy).
    • Proper disposal and handling of hazardous materials per Resource Conservation and Recovery Act (RCRA).
    • Stormwater Pollution Prevention Plan (SWPPP) implementation (if applicable).

    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):

    • Submit certified payroll reports weekly.
    • Pay laborers and mechanics at least the prevailing wage rates specified in the wage determination.

    8.4 Delays and Liquidated Damages

    • If the contractor fails to complete work by the agreed deadline, the Government may impose liquidated damages of $[X] per calendar day of delay.
    • Delays due to unforeseen conditions (e.g., weather, force majeure) must be reported within 24 hours and documented.

    8.5 Subcontracting Limitations

    • In accordance with FAR 52.219-14, at least 15% of the contract value must be performed by the prime contractor (for general construction).
    • Subcontractors must be pre-approved, and the prime contractor remains liable for their compliance.

    8.6 Material and Workmanship Standards

    • All materials shall conform to industry standards (ASTM, ANSI, etc.) and be subject to Government inspection.
    • The Government reserves the right to reject defective work and require rework at contractor’s expense.

    8.7 Bonding and Insurance Requirements

    • For contracts over $150,000, performance and payment bonds are required per FAR 28.102-1.
    • Contractors shall maintain liability insurance in the following amounts:
      • General Liability: $1,000,000 per occurrence.
      • Workers’ Compensation: As required by state law.
      • Automobile Liability: $500,000 per accident.

    8.8 Inspection and Acceptance

    • Work will be inspected by the Contracting Officer’s Representative (COR).
    • The Government reserves the right to reject non-conforming work and withhold payment until deficiencies are corrected.

    8.9 Buy American Act Compliance

    • Materials must comply with the Buy American Act (FAR 52.225-9) unless an exemption is approved.

    8.10 Dispute Resolution and Claims

    • Disputes shall be handled per FAR 52.233-1 (Disputes Clause).
    • The contractor must attempt to resolve disputes through negotiation before escalating to formal claims.

    Key dates

    1. March 26, 2026Posted Date
    2. April 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.