Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2026 SAM #8865
SOURCES SOUGHT

20 -- REBUILD BAHIA DE GUAYANILLA ENTRANCE RANGE REAR LIGHT AT UNITED STATES COAST GUARD AIDS TO NAVIGATION (ANT) PUERTO RICO.

Notice Date
3/3/2026 7:23:35 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
CEU MIAMI(00082) MIAMI FL 33177 USA
 
ZIP Code
33177
 
Solicitation Number
PN13832866
 
Response Due
3/18/2026 1:30:00 PM
 
Archive Date
04/30/2026
 
Point of Contact
Gregory Hodgson, Phone: 571-610-0719
 
E-Mail Address
gregory.hodgson@uscg.mil
(gregory.hodgson@uscg.mil)
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT: PN 13832866 � REBUILD BAHIA DE GUAYANILLA ENTRANCE RANGE REAR LIGHT AT UNITED STATES COAST GUARD AIDS TO NAVIGATION (ANT) PUERTO RICO. The base bid, on-site work consists of furnishing all labor, tools, equipment, materials, supervision, and transportation necessary for, and incidental to, the demolition/removal and new construction of the aid-to-navigation (ATON) structure; the Bahia de Guayanilla Entrance Range Rear Light (RRL), Light List Number(LLNR) 32075 in accordance with project drawings. The new structure will consist of a metal skeleton tower design mounted and bolted to a metal platform supported on steel piles. The following is a general summary of the work: 1. Remove the existing metal tower and steel piles that are embedded in the mudline, including any debris still attached to or surrounding the structure. The piles shall be cut at the mud line elevation (not pulled out). Dispose in accordance with specifications and state and federal laws. 2. Survey and mark the location of the existing structure on the ocean bottom with a timber pile marker for placement of the new structure. 3. Construct the new James River Ice Resistant Structure (JRIRS) platform foundations supported on steel piles for each structure as per project drawings. 4. The new JRIRS structure will consist of a four-pile steel dolphin and an eight-foot square steel platform with fiberglass grating that will serve as the foundation for a steel skeleton tower. An 18-inch diameter by �-inch thick ""king pile"" will be driven on the surveyed position, a structural steel JRIRS sleeve template as shown in the drawings will be placed over the �king pile� and three 12-inch by �- inch diameter batter piles will be driven through the sleeve template. All steel piles are to be driven to refusal or a minimum of 45 tons whichever is achieved first. The steel platform and fiberglass grating will be mounted on the pile dolphin foundation. The design height for the platform is 10 feet above the Mean Lower Low Water (MLLW) elevation of 0.00�feet based on The North American Vertical Datum of 1988 (NAVD 88). For purposes of bid, the embedment depth of the steel piles in the mud line shall be assumed to be 50 feet. The water depth at the area of work fluctuates during the year from approximately 10 feet to 15 feet. 5. The skeleton tower mounted on the JRIRS platform will have a height of 10 feet above the steel platform with a focal signal height of 11 feet above the steel platform. The tower will be used to support solar panels, day boards, batteries, light signals, and servicing personnel as necessary. Solar panels, day boards, batteries and light signals will be provided and installed by the U.S. Coast Guard (USCG) Aids to Navigation Team (ANT) Puerto Rico personnel. The skeleton metal tower shall be fabricated off site as per details on the drawings. Prepare the top of the steel platform foundation, transport and install metal tower structure to foundation with anchor bolts as per detail on drawings. 6. Conduct a final position survey for the structure. 7. The contractor must notify the Contracting Officer�s Representative (COR) in writing at least 72 hours in advance, the exact time and day when the existing focal lights and day boards need to be removed by U.S. Coast Guard ANT Puerto Rico personnel prior to the demolition of the existing ATON structure. Also, the contractor must notify the COR in writing 72 hours in advance when the new solar panels, day boards, and focal lights are ready to be installed once the new ATON structure has been completed and inspected. The performance period will be one hundred eighty (180) calendar days. The estimated value of this procurement is between $500,000 and $1,000,000. The applicable North American Industry Class System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The small business size standard has an annual gross receipt of $45 million. Bid, Payment, and Performance Bonds are REQUIRED. The following are tentative dates for this project: Solicitation Issued: April 2026 Bid Opening: May 2026 Contract Performance Completion: January 2027 The solicitation and plans in their entirety and any amendments may be available at no charge online at https://www.sam.gov under the above project name. The U.S. Coast Guard is considering whether or not to set aside this acquisition for an 8(a) Small Business, Women-Owned (WOSB), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Small Business concerns. At present, this acquisition is expected to be issued to an 8(a) Small Business or as a Small Business Set-Aside. However, in accordance with FAR 19.1303, FAR 19.1403, and FAR 19.1505, if your firm is HUBZone certified, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) and intends to submit an offer for this acquisition, please respond via email to Gregory.Hodgson@uscg.mil with �Sources Sought PN 13832866 � Rebuild Bahia De Guayanilla Entrance RRL at USCG ANT Puerto Rico� in the subject line. Please reference the above project number in all correspondence pertaining to this project. Your response MUST include the following: (a) a positive statement of intent to submit a bid/proposal for this solicitation as a prime contractor; (b) a statement identifying you are a certified small business designation; (c) evidence of experience with work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact, and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals; (e) business set-aside; (f) Unique Entity ID (UEI). Contractors are reminded that should this acquisition become a set aside concern, the following FAR Clauses may apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside; FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business. Responses are required no later than 18 March 2026 at 4:30 PM EST. All information above MUST be submitted in sufficient detail for a decision to be made on which type of small business concern set-aside to pursue.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5ac9470f1a974cacbf98ff6803066280/view)
 
Place of Performance
Address: Guayanilla, PR 00656, USA
Zip Code: 00656
Country: USA
 
Record
SN07733209-F 20260305/260303230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.