This Sources Sought Notice is issued for market research purposes only and does not constitute a Request for Proposal or Quotation. It does not commit the Government to award a contract, nor will the Government reimburse any costs associated with responding to this announcement or any follow-up information requests. This notice in no way obligates the Government to any further action. The National Oceanic and Atmospheric Administration (NOAA) is publicizing this Sources Sought Notice solely to conduct market research and identify qualified Design-Build firms for the recapitalization of the U.S. Coast Guard (USCG) CGC Storis Homeport in Juneau, Alaska at 345 Egan Drive, Juneau, Alaska 99802. This is a Sources Sought notice only, for preliminary planning purposes, and is not a solicitation for proposals (SF-330, SF-1442, or otherwise). The estimated range for this project is $125 million to $200 million. REQUIREMENT: This notice is issued by the National Oceanic and Atmospheric Administration’s (NOAA) Acquisition and Grants Office (AGO), Eastern Acquisition Division (EAD) in support of the U.S. Coast Guard through the Office of Marine and Aviation Operations (OMAO). This project is the complete Design-Build (D-B) recapitalization of the USCG Base Juneau waterfront to support concurrently berthing up to three (3) USCG vessels. This includes homeporting of the CGC Storis and visiting USCG Cutters, berthed on opposite sides of a new floating pier. One smaller vessel from the USCG, NOAA, or another agency that will be berthed along the new wharf. All utility demands, including electrical power, berthing, and mooring systems shall be designed using the CGC Storis requirements as the threshold. CURRENT ACQUISITION STRATEGY: The Government currently anticipates awarding a single firm fixed price (FFP) Design-Build contract in accordance with FAR Parts 15 and 36. NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 237990, Other Heavy and Civil Engineering Construction , and the size standard is $39.5M. SCOPE OF WORK: The existing USCG Juneau waterfront facilities are severely degraded and have exceeded their service life. The project requires full Design-Build replacement of marine and shoreside structures, utilities, and support systems. Design-Build Requirements The Design-Build contractor will be responsible for all design services, engineering disciplines, labor, field supervision, testing, commissioning, equipment, materials, and all other services required to deliver a complete and functional waterfront facility that meets all of the USCG’s requirements. The Design-Build contractor shall also perform all geotechnical investigations, including marine borings, soil sampling, and testing required to support the final design and construction of the facility. Any Government provided design, or data is included for information only, and while it is considered to represent site conditions existing on the project site, it is not guaranteed to fully and accurately represent all conditions. Contractors will be responsible for accurately identifying and verifying all designs, data, or other information provided. If required, provide the services to conduct any and all necessary subsurface exploration, investigation, testing, and analysis that the Designer of Record deems necessary for the design and construction of the proposed facility and site improvement. The Design-Build contractor will also perform both a coastal report study and mooring analysis to support the final design and construction of the new floating piers and wharf. The design life of the new structures must be at least 50 years, with the objective of completing seismic-structural upgrades, fire and life safety, and mechanical, electrical, and plumbing work such that no additional capital level investments are required for at least 20 years after construction completion. Marine Structures and Demolition Demolition of the existing timber wharf, piles, utilities, and appurtenances. New wharf to replace the timber wharf, including a modernized system capable of supporting vessel mooring, utilities, and USCG operational loading. Design and construct a new floating pier up to 80 ft. wide by 560 ft. long for vessel docking. The pier will be specifically engineered to withstand the demanding conditions of the Gastineau Channel, including major tidal fluctuations, seismic events, and strong Taku wind events. New access trestle/gangway supporting vehicle, equipment, and personnel access, including utilities distribution out to the new floating pier. Existing Retaining Wall Repair and rehabilitation of the existing concrete retaining wall, addressing voids and undermining caused by tidal-driven erosion beneath the existing timber wharf. Integration of the repaired wall with the new wharf, using appropriate supporting elements to achieve the required wharf depth and operational capacity. Marine and Upland Utilities Potable water Sewer Electrical power distribution and emergency backup power Communications, IT, and network services Fire protection and life safety Site and pier lighting, access control, and safety/security features Site and Civil Works Excavation, disposal, fill, grading, utilities, paving, striping, parking, gates, security fencing, and all other appurtenances to support the recapitalized facility. Optional Bid Items The project will also include two optional bid items. The inclusion of these options in the final contract award is contingent upon the availability of funds and competitive pricing. (1) New Covered Small Boat Floating Pier and Mooring: This option involves the design and construction of a new covered mooring facility to support the Coast Guard Sector Juneau's small boat complement. This includes: Constructing a covered mooring to accommodate two (2) 45-foot Response Boat - Medium (RB-M) and one (1) 29-foot Response Boat – Small (RB-S) at the Station’s moorage. (2) Existing Building Renovations: This option includes renovations, modifications, upgrades, and recapitalization of existing buildings on the USCG Juneau waterfront campus. PLACE OF PERFORMANCE: The place of performance will be USCG Base Juneau, 345 Egan Drive Juneau, Alaska 99802. ESTIMATED MAGNITUDE OF REQUIREMENT: The estimated magnitude is more than $100 million in accordance with FAR 36.204. More precisely, the Government estimates the full DB requirement, inclusive of all options, to be between $125 million to $200 million PAYMENT AND PERFORMANCE BONDS: The Government will include FAR clause 52.228-15 Payment and Performance Bonds in the solicitation and resulting contract. The successful offeror will be required to provide 100% payment and performance bonds. Given the possibility of change orders during contract administration, interested parties must demonstrate bonding capacity to $225 million. ANTICIPATED AWARD: Q3/Q4 FY 2026 SUBMISSION OF INFORMATION: All interested parties are invited to complete and upload the attached Excel workbook, as well as a letter confirming bonding capacity from their surety, through the Google Form at the link below. All submissions shall be uploaded to the link provided below no later than 16 January 2026 at 4 PM EDT. Interested small business parties may contact jana.kolb@noaa.gov and amy.mcliverty@noaa.gov with any questions. No additional attachments or pages will be considered by the government (i.e. the Government will not consider capability statements or other material outside of the provided Workbook). Google Form: https://docs.google.com/forms/d/e/1FAIpQLSdWAyR0BQkDk4LtcL8bfBSNnYnImjDqP-tnVt03j_yDn76Rmw/viewform?usp=dialog
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.