Replace Fire Hydrant at USCG Air Station Clearwater
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Mar 13, 2026. Industry: NAICS 238290 • PSC Y1EZ.
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238290
Description
COMBINED SYNOPSIS/SOLICITATION CONSTRUCTION
Replace Fire Hydrant at USCG Air Station Clearwater
1. General Information
Solicitation Number: 20150PR260000047
Date Posted: 02/18/2026
Response Due Date: Friday March 13, 2026, at 2:00PM EST
NAICS Code: 238290 Other Building Equipment 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:
United States Coast Guard Air Station Clearwater is accepting proposals for qualified individuals
or firms to replace one fire hydrant at Air Station Clearwater. Prior to submitting a quote, it is
mandatory to examine the scope of work and it’s highly recommended to visit the facility to take
field measurements, evaluations, etc. and become familiar with existing conditions under which
The work will be performed. After the award of contract, a pre-conference will be held prior to
starting work at Coast Guard Air Station Clearwater.
Location:
U.S. Coast Guard Air Station Clearwater
15100 Rescue Way
Clearwater, Florida 33762
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, CWO Joe Calderon at 727-423-7586 or via email at Jose.A.Calderon@uscg.mil or DC1 Richard Rendon at (727) 535-1437 x1550 or
by email at Richard.L.Rendon@uscg.mil, at least 3 working days in advance.
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 thru 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
CWO Joe Calderon Jose.A.Calderon@uscg.mil 727-423-7586 (cell phone)
MKC Mike Hemmingway Jonathan.M.Hemmingway@uscg.mil
727-535-1437 x1573
DC1 Rich Rendon Richard.L.Rendon@uscg.mil 727-535-1437 x1550
Page 3 of 13
4. Recycling and Disposal of Refuse:
Minor refuse and waste materials resulting from operations may be disposed of in Air Station
Clearwater dumpsters. 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
Clearwater 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:
Contractor is authorized to use Air Station Clearwater 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 Coast Guard Air Station Clearwater:
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. Contractors are welcome to eat breakfast & lunch at Base in the base galley at published
meal rates. Breakfast is served from 0600-0730 daily & lunch will be served from 1100-
1230 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled
clothing. The Coast guard reserves the right to refuse service to anyone it deems dirty.
3. Contractors are welcome to utilize the Base’s Exchange store; however, contracted
personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it.
4. 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 Clearwater Facilities at least 1 week 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
Clearwater 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
Clearwater.
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.
11. SCOPE OF WORK:
Contractor shall provide all labor, trades, equipment, components, materials, tools, and
supervision necessary to replace non-functioning fire hydrant and installation of a new American
Darling 5-1/4” Fire Hydrant. All work shall be completed in accordance with industry and
manufacturing standards.
Objectives:
Replace the existing non-functional fire hydrant with new American Darling
Model 5-1/4” Fire Hydrant.
Ensure compatibility with the base’s water supply and fire protection
requirements.
Restore the site to original condition.
Page 5 of 13
Contractor Responsibilities:
Contractors shall provide all labor, materials, equipment, permits, supervision and
quality control.
*Note* USCG is furnishing Fire Hydrant, Traffic flange, Gate valve, and
associated gaskets. (See pictures below)
The contractor shall be responsible for repairing, at no cost to the government,
any damage caused during the installation of the fire hydrant.
Work Requirements:
Pre-Construction
Conduct site visit and utility verification.
Coordinate with USCG Facility Engineering for access and safety requirements.
Perform utility locates.
Submit product data for approval.
Identify potential interferences and job hazards
Demolition and Removal
Identify Main Water Supply control and isolation valves (see pictures below)
Isolate and depressurize the water main.
Excavate around the hydrant assembly.
Remove hydrant and associated parts.
Dispose of materials as per regulations.
Hydrant Installation
Install a new American Darling fire hydrant, including Traffic flange, 5-1/4” and
any associated parted needs.
Gravel bed if required.
Proper burial depth.
Hydrant orientation per local and city codes.
Testing and Operation
Flush service line
Pressure test per AWWA C600.
Flow test of hydrant to verify leak free operation, proper drainage, adequate flow
and residual pressure.
Demonstrate operation to USCG Facilities.
Site Restoration
Backfill excavation
Restore pavement, concrete, and landscaping disturbed during work to original
condition or better.
Apply corrosion protection to exposed metal hardware as required.
Paint hydrant red.
Deliverables
Pressure and flow test results
Drawings (If applicable)
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.
Place of Performance:
USCG Air Station Clearwater
15100 Rescue Way
Clearwater, FL 33762
Magnitude of Construction:
Not to exceed $13K
3. Submission Details
Proposals Due By: Friday Mar 13, 2026/2pm 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
4. Site Visit Highly Recommended but not mandatory **************** Wednesday Feb 25, 2026 at 10:00AM EST*****************
Site Visit Coordinator is CWO Joe Calderon Email: Jose.A.Calderon@uscg.mil Phone: 727-423-7586
5. 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 FL20260222 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 CWO Joe Calderon no later than Tuesday Mar 10, 2026.
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.
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.