USCG STA Sand Key Repair Fuel Dispensers
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Mar 10, 2026. Industry: NAICS 237120 • PSC Z2NA.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237120
Description
This combined synopsis/solicitation for construction services prepared in accordance with the
format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional
information included in this notice. This synopsis/solicitation is being advertised as Small
Business Set-Aside only. This announcement constitutes the only solicitation; no separate written
solicitation will be issued.
The solicitation number is 30321PR260000003. Applicable North American Industry Classification
Standard (NAICS) codes are:
237120 - Oil and Gas Pipeline and Related Structures Construction
This requirement is for a fixed price contract. The contract will be awarded using simplified
acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.
When submitting your proposals, request a price breakdown of the following:
a. Cost of materials and equipment
b. Cost of labor
Contract will be awarded to the vendor who can provide Best value which includes all labor,
material, cost and equipment required within the SOW. Cost and Past Performance factors will also
be considered when selecting the award.
Anticipated award date: 10 business days after close of solicitation, OOA 20 March 2026
Quotes are to be received no later than close of business (3 p.m.) on 10 March 2026 and are to be
sent via e-mail to angel.melendez@uscg.mil
Location of Work:
1375 Gulf Blvd. Clearwater FL, 33767
POC:
Zachery Little Zachery.T.Little@uscg.mil
(206) 820-4819
James Pinto James.E.Pinto@uscg.mil
(727) 596-8666 X 105
Quotations sent via the US Postal Service or hand delivered should be sent to:
Commanding Officer
USCG Base Miami Beach (P&C)
Attn: Angel Melendez
12100 SW 152ⁿᵈ ST Miami, FL 33177.
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable)
will be issued in SAM (www.sam.gov).
Wage determinations: FL20240184 01/05/2024
SCOPE OF WORK:
CONTRACT SPECIFICATIONS STATION SAND KEY FUEL DISPENSERS
AT
UNITED STATES COAST GUARD
Station Sand Key, Clearwater, FL
PROJECT NUMBER 31562475
February 2026
SUMMARY OF WORK PART 1 GENERAL GENERAL DESCRIPTION
General Work Requirements
1. PROJECT OVERVIEW
The Contractor shall provide all labor, supervision, materials, equipment, tools, testing, permits,
and incidentals necessary to perform a complete overhaul, rehabilitation, and modernization of the
fuel storage and dispensing system at USCG Station Sand Key.
The objective is to restore the fuel system to full operational status in compliance with: Federal,
State of Florida, and Pinellas County regulations
EPA Underground Storage Tank (UST) requirements FDEP storage tank system regulations
NFPA 30 & NFPA 30A
UFC (Unified Facilities Criteria)
USCG Civil Engineering Unit standards Shape
2. EXISTING SYSTEM DESCRIPTION
The existing system generally consists of:
Diesel fuel storage tank(s) (UST or AST – verify field conditions) Fuel transfer pump(s)
Dispensing station(s)
Fuel piping (underground and/or aboveground) Leak detection system
Tank monitoring and alarm system
Spill containment and overfill prevention Electrical controls and emergency shutoff
The Contractor shall verify all existing conditions prior to mobilization. Shape
3. SCOPE OF SERVICES
3.1 Pre-Construction Services
Conduct site investigation and system condition assessment Perform tank tightness testing (if
required)
Provide as-built verification
Develop phased construction plan to minimize operational disruption Prepare and submit shop
drawings and submittals
Obtain required permits and approvals Shape
3.2 Fuel Tank Work Contractor shall:
Decommission and remove existing fuel storage tank(s), OR Clean, inspect, and rehabilitate tank (if
tank is to remain)
If replacing:
Furnish and install new double-wall UL-listed steel or fiberglass tank Provide corrosion protection
system (if UST)
Install anchoring system (if required by water table conditions)
Install new spill bucket and overfill protection Shape
3.3 Fuel Piping Replacement Remove existing underground piping
Install new double-wall fiberglass or coated steel piping Provide secondary containment
Install flex connectors at tank and dispenser Pressure test piping per code
Provide tracer wire (if non-metallic piping) Shape
3.4 Pump & Dispenser Replacement Remove and replace fuel transfer pumps
Install explosion-proof motors (Class I, Division 1 rated) Install new fuel dispensers with:
Metering system
Hose reels (if required) Automatic shutoff nozzles
Calibrate meters to weights and measures standards Shape
3.5 Electrical & Controls
Replace or upgrade control panels Install new emergency shutoff switches
Install new fuel management system (if required) Upgrade conduit and wiring to NEC compliance
Install grounding and bonding system
Integrate leak detection monitoring Shape
3.6 Environmental & Compliance
Provide soil sampling if excavation required Properly dispose of contaminated materials Provide
certified tank cleaning
Maintain spill prevention measures Provide SPCC compliance updates
Submit closure documentation (if tank removal occurs) Shape
3.7 Concrete & Site Restoration
Demolish and replace damaged concrete pads Install new equipment pads
Restore pavement and striping Restore landscaping as required Shape
3.8 Testing & Commissioning Contractor shall perform: Hydrostatic tank testing Piping pressure
testing
Leak detection system testing Electrical system testing Dispenser calibration
Full operational functional testing Provide written test reports.
Shape
4. DELIVERABLES
Contractor shall provide:
Shop drawings
Product data submittals
As-built drawings (hard copy & digital) O&M manuals
Warranty documentation (minimum 1-year workmanship, 10-year tank warranty typical) Training for
USCG personnel
Shape
5. PHASING & OPERATIONS
Maintain station fueling capability throughout project OR Provide temporary fuel supply solution
Coordinate shutdowns with Commanding Officer Restrict work to approved hours
Maintain site security per USCG requirements Shape
6. SAFETY REQUIREMENTS
Contractor shall:
Submit Site-Specific Safety Plan
Comply with OSHA 29 CFR 1910 & 1926
Provide confined space procedures (if tank entry required) Implement Hot Work Permits
Maintain fire watch during welding Follow USCG base access requirements Shape
7. QUALITY CONTROL
Contractor shall implement a Quality Control Plan Provide qualified fuel system technicians
Use licensed storage tank contractor (State of Florida certified) Maintain daily quality control
reports
Shape
8. WARRANTY
Minimum 1-year labor warranty
Manufacturer tank warranty (10–30 years depending on system) Pump and dispenser warranty per
manufacturer
Shape
9. ESTIMATED PROJECT DURATION
Design & Submittals: 30–60 days Procurement: 45–90 days
Construction: 60–120 days
Testing & Commissioning: 1–2 weeks
Total Estimated Duration: 4–8 months (depending on scope and environmental findings) Shape
10. OPTIONAL ADD ALTERNATES
Fuel polishing system Generator backup power Automated fuel tracking system Additional storage
capacity Secondary containment canopy
Cathodic protection monitoring system Shape
END OF SCOPE OF WORK
Site visit: It is highly recommended and encouraged that interested party’s contact Mr. James Pinto
for a site visit which will be held on Friday Febuary 27, 2026 at 09:00AM EST. For scheduling
contact Mr. Pinto via email James.E.Pinto@uscg.mil Or via phone at (727) 596-8666 X 105.
Performance Period: Performance of work is expected to commence NLT 10 days after award is made.
Extension period must be approved by the Contracting Officer for any unforeseen delays.
**All Questions and Answers will not be accepted after 04 Mar 2026 at 10:00AM EST. APPLICABLE FAR
CLAUSES
FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other
Than Commercial Items).
ATTACHED BY REFERENCE
52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS
52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984)
52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984)
52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995)
Work hours: Monday through Friday, 0730 – 1800 (7:30 am – 6 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this
solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006);
Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR
clauses may be obtained electronically at http://www.dhs.gov.
Vendors providing an offer must be registered in SAM (System for Award Management)
prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors
SAM registration must be in an “ACTIVE” status prior to award.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.