Loading...
70Z03526QKETC002
Response Deadline
May 27, 2026, 4:00 PM(AKDT)20 days
Eligibility
Contract Type
Solicitation
This solicitation for commercial services is prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.201, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The U.S. Coast Guard (USCG) Base Ketchikan has a requirement for annual inspection, testing, and certification for its potable water system backflow preventers. The contractor shall provide all personnel, labor, materials, equipment, tools, supervision, and transportation necessary to perform the work as detailed in the attached Performance Work Statement (PWS).
This procurement is a total small business set-aside under NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $19.0 million.
(The full) Performance Work Statement is attached to this solicitation package and provided below:
Base Ketchikan Potable Water System Backflow Preventer – Annual Inspection and Testing
1.0 GENERAL
1.1 Background: United States Coast Guard (USCG) Base Ketchikan requires annual inspection, testing, and certification for its potable water system backflow preventers to ensure compliance with federal and local regulations, maintain system integrity, and protect the health and safety of base personnel.
1.2 Scope: The Contractor shall provide all necessary equipment, labor, materials, and supervision to perform annual inspection, testing, certification, and reporting for all backflow prevention assemblies listed in this PWS. This is a non-personnel services contract. The Government will not exercise any supervision or control over the contract service providers.
1.3 Objective: The objective of this contract is to ensure all backflow prevention assemblies at USCG Base Ketchikan are functioning correctly, are certified in accordance with all applicable standards, and that any deficiencies are documented and reported to the Government for corrective action.
1.4 Applicable Documents:
Manufacturers’ Specifications for each backflow preventer.
Ketchikan Municipal Code.
NFPA 25: Standard for the Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems.
2.0 SPECIFIC REQUIREMENTS/TASKS
The Contractor shall perform the following tasks for all backflow preventers listed in Paragraph 2.1.
2.1 Task One: Inspection and Testing. The Contractor shall conduct annual inspection and testing on all backflow prevention assemblies listed below.
2.1.1 Equipment List:
| Location | Brand | Size |
| Hard Pier | Watts 909 | 2.5" |
| Hard Pier | Watts 909 | 2.5" |
| Hard Pier | Watts 909 | 2.5" |
| IPF North Shop | Watts 909 M1 QT | 2" |
| IPF North Shop | Watts 909 M1 QT | 2" |
| IPF Boiler Room | Watts 007M3 QT | 3/4" |
| STA Boat House | Watts 909 M1 QT RP | 1.5" |
| STA Boat House | Watts 009 QT RP | 3/4" |
| Admin Boiler Room | FEBCO 825Y | 1" |
| North Shop Industrial | Watts 007 M1 QT | 2" |
| Warehouse Boiler room | FEBCO | 1.5" |
| MAT Boiler Room | AMGS COLT 200 DC | 6" |
| Medical Boiler | Watts LF 009 M2 QT | 1.5" |
| Medical Boiler | Watts LF 009 M3 QT | 3/4" |
| Galley Boiler | Watts LF 009 M2 QT | 1" |
| UPH Boiler | Watts LF 009 M3 QT | 3/4" |
| FRC Pier Supply | Watts | 4" |
| Hard Pier #3 | Watts | 2.5" |
| Lower Base Main | Wilkins | 6" |
| ADMIN Sprinkler | AMES | 6" |
| PIER #2 | Watts | 1.5" |
| Lower Station Boat House | Watts | 2" |
2.2 Task Two: Reporting. The Contractor must provide a detailed report of the work performed.
2.3 Task Three: Deficiency Quoting. For any assembly that fails inspection or is found to be deficient, the Contractor must provide a written quote for the necessary repairs.
3.0 CONTRACTOR PERSONNEL
3.1 Qualified Personnel: The Contractor must provide certified and qualified personnel to perform all requirements specified in this PWS. The Contractor must provide proof of technician certification/license to the Technical POC (POC) upon request and include it with the final report deliverable.
4.0 OTHER APPLICABLE CONDITIONS
4.1 Period of Performance: The period of performance is a base period with four (4) one-year option periods.
Base Period: July 1, 2026, through September 30, 2026
Option Period One: July 1, 2027, through September 30, 2027
Option Period Two: July 1, 2028, through September 30, 2028
Option Period Three: July 1, 2029, through September 30, 2029
Option Period Four: July 1, 2030, through September 30, 2030
4.2 Place of Performance: The work will be performed at USCG Base Ketchikan, 1300 Stedman Street, Ketchikan, AK 99901.
4.3 Hours of Operation: The Contractor shall perform all work during normal base work hours (0730 to 1700 Monday-Thursday, 0730 to 1530 Friday), excluding Federal holidays. Work outside normal hours requires prior approval from the Contracting Officer (KO).
4.4 Site Visit: A site visit may be arranged. Offerors desiring a site visit should coordinate with the Technical Point of Contact (POC), who is the Facilities Department Chief Warrant Officer. Contact information for the Technical POC will be provided by the KO.
4.5 Security: The Contractor, their employees, and any sub-contractors shall become familiar with and obey all Base regulations. A Government escort will be provided for all on-site work.
5.0 GOVERNMENT FURNISHED RESOURCES
5.1 Utilities: Electrical power is available on the site.
5.2 Access: The Government will provide access to all required work areas and equipment.
5.3 Escort: The Government will provide an escort for all on-site activities.
6.0 DELIVERABLES
Item 1
PWS Ref: 2.2
Deliverable: Final Inspection & Testing Report
Due Date: Within 15 days of work completion
Distribution: POC, KO
Item 2
PWS Ref: 2.3
Deliverable: Quote for Deficiencies
Due Date: Included with Final Report
Distribution: POC, KO
Item 3
PWS Ref: 3.1
Deliverable: Proof of Technician Certification
Due Date: Included with Final Report
Distribution: POC, KO
10. Instructions to Offerors:
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Aug 2025) (DEVIATION 25-21). Offerors shall submit signed and dated offers to the office specified in this solicitation at or before the time specified. As a minimum, offers must include:
Pricing Schedule
CLIN 0001
Description: Base Year: Annual Backflow Preventer Inspection & Testing
Period of Performance: 01 July 2026 - 30 Sep 2026
Quantity: 1
Unit: Job
Unit Price: ________________
Total Price: ________________
CLIN 1001
Description: Option Year 1: Annual Backflow Preventer Inspection & Testing
Period of Performance: 01 Oct 2026 - 30 Sep 2027
Quantity: 1
Unit: Job
Unit Price: ________________
Total Price: ________________
CLIN 2001
Description: Option Year 2: Annual Backflow Preventer Inspection & Testing
Period of Performance: 01 Oct 2027 - 30 Sep 2028
Quantity: 1
Unit: Job
Unit Price: ________________
Total Price: ________________
CLIN 3001
Description: Option Year 3: Annual Backflow Preventer Inspection & Testing
Period of Performance: 01 Oct 2028 - 30 Sep 2029
Quantity: 1
Unit: Job
Unit Price: ________________
Total Price: ________________
CLIN 4001
Description: Option Year 4: Annual Backflow Preventer Inspection & Testing
Period of Performance: 01 Oct 2029 - 30 Sep 2030
Quantity: 1
Unit: Job
Unit Price: ________________
Total Price: ________________
12. Applicable Clauses:
Provisions and Clauses can be found in the attached Provisions and Clauses document. This solicitation is issued as a Request for Quotation (RFQ).
Contracting Officer - Benjamin Reedy
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
BASE KETCHIKAN(00035)
BASE KETCHIKAN(00035)
1300 STEDMAN ST.
KETCHIKAN, AK, 99901
NAICS
Plumbing, Heating, and Air-Conditioning Contractors
PSC
QUALITY CONTROL- VALVES
Set-Aside
Total Small Business Set-Aside (FAR 19.5)