Skip to content
Department of Homeland Security

USCG TRACEN CAPE MAY REPAIR, AND RETURN OF USCG FOUL WEATHER PARKAS, TROUSERS, AND LINER JACKETS

Solicitation: 67100PR260004241
Notice ID: 29c586e4dfe742bda0a789be39afeef4
TypeSolicitationNAICS 315210PSCJ084Set-AsideSBADepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNJPostedFeb 25, 2026, 12:00 AM UTCDueMar 11, 2026, 03:00 PM UTCCloses in 14 days

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NJ. Response deadline: Mar 11, 2026. Industry: NAICS 315210 • PSC J084.

Market snapshot

Awarded-market signal for NAICS 315210 (last 12 months), benchmarked to sector 31.

12-month awarded value
$8,778,000
Sector total $967,962,157 • Share 0.9%
Live
Median
$8,778,000
P10–P90
$8,778,000$8,778,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.9%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,778,000)
Deal sizing
$8,778,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
Cape May, New Jersey • United States
State: NJ
Contracting office
Camp Lejeune, NC • 28542 USA

Point of Contact

Name
JOHN CAICEDO
Email
JOHN.H.CAICEDO2@USCG.MIL
Phone
2068151586

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SPECIAL MISSION TRAINING CENTER (SM
Office
Not available
Contracting Office Address
Camp Lejeune, NC
28542 USA

More in NAICS 315210

Description

This is a solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 67100PR260004241 is issued as a request for quotation (RFQ), provide all labor, materials, equipment, transportation, and supervision necessary to inspect, repair, and return USCG Foul Weather Parkas, Trousers, and Liner Jackets in accordance with the specifications detailed in the Statement of Work

This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 Effective Date 10/01/2025.

The associated North American Industrial Classification System (NAICS) code for this procurement is 315210 with a small business size standard of 750 Employees. Product Service Code is J084.

The USCG Training Center Cape May is seeking to purchase all labor, materials, equipment, transportation, and supervision necessary to inspect, repair, and return USCG Foul Weather Parkas, Trousers, and Liner Jackets in accordance with the specifications detailed in the Statement of Work.

Offerors are required to provide prices for all items/CLINs. A zero dollar figure ($0.00) unit price means the offeror shall provide the service/supply at no charge to the Government. Unit prices left blank or annotated with something other than a dollar figure will be considered unacceptable.

Reference Attached Statement of Work in Solicitation 67100PR260004241.

Invoices shall be submitted in arrears: Monthly ☒

Basis for Award. Award will be made to the quoter whose quotation offers the best value to the government, considering Technical Approach, Past Performance, Quality Control and Inventory Management, and price.

The government will evaluate information based on the following evaluation criteria:

Technical Approach. The Government will evaluate the Offeror’s proposed methods for inspecting, repairing, and returning USCG Foul Weather Parkas, Trousers, and Liner Jackets. The Offeror must demonstrate the ability to meet all garment specifications and repair requirements as outlined in the Statement of Work.

Past Performance. The Government will assess the Offeror’s relevant experience and history of providing garment repair services, with emphasis on quality, timeliness, and reliability. Offerors should provide references or examples of similar work.

Quality Control and Inventory Management. The Government will evaluate the Offeror’s procedures for verifying garment quantities and conditions at pickup and return, documenting discrepancies, and ensuring all garments are delivered in clean, serviceable, and presentable condition.

A quote must comply in all aspects with the requirements and conditions set forth in this RFQ; a quote must meet or exceed all mandatory RFQ requirements. If an Offeror takes exception to any of the terms and conditions of the RFQ or fails to meet any of the requirements of the RFQ, then the Government may consider the quote unacceptable

A Firm-Fixed Price contract will be awarded to the responsible offeror whose offer fully conforms to this solicitation and is determined to be the most advantageous, considering price and other factors. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.

The anticipated award date is 10 days after solicitation closing date.

The full text of FAR provisions or clauses may be accessed electronically at acquisition.gov.

Offerors must complete entity-level representations and certifications online in the System for Award Management (SAM) in accordance with FAR 52.204-7, System for Award Management –Registration. [If FAR 52.204-7 is not used, refer to FAR 52.204-90, Offeror Identification, and instruct offerors to include in their offers the entity-level representations and certifications normally collected in SAM.]

The following contract clauses apply to this acquisition:

All quoters must submit the following:

VOLUME 1 Price : Pricing Worksheet must be submitted as requested for the listed Supplies/Services.  Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements, is consistent with the various elements of the offer. 

VOLUME 2 Technical Approach: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Statement of Work (SOW). The Technical Volume shall not exceed thirty (30) pages in length, minimum 12-point font.  Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.


VOLUME 3 Past Performance Record: Offerors shall provide contract data for two (2) relevant contracts that the offeror is currently performing or has completed during the last five (5) years. The following information shall be included:

Contractor Name and Contract Number; Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses); Length of contract to include Period of Performance (dates); Initial Contract Price; Description of product/service provided (include sufficient detail to demonstrate similarities and dissimilarities to the requirements of this solicitation)

VOLUME 4 Quality Control and Inventory Management: Offerors shall provide a written Quality Control and Inventory Management Plan. The plan must describe the procedures for verifying garment quantities and conditions at pickup and return, documenting and communicating any discrepancies, and ensuring all garments are delivered in a serviceable, and presentable condition as specified in the Statement of Work.

Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.

This is an open-market solicitation for services as defined herein.  The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter must list exception(s) and rationale for the exception(s). Quotations that reject the terms and conditions of the solicitation may be excluded from consideration.

Submission must be received not later than 03/11/2026 via email to john.h.caicedo2@uscg.mil Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(c).

INVOICE INSTRUCTIONS
You will submit proper invoices associated with this award through the Invoice Processing Platform (IPP) at https://www.ipp.gov/. IPP is a secure web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service in partnership with the Federal Reserve Bank of St. Louis (FRSTL).  IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency.

Actions to take:
If you are already enrolled in IPP:
If your company is already registered to use IPP, you will not be required to re-register and you do not need to contact IPP.

If you are NOT already enrolled in IPP:
The point of contact you provided in your SAM.gov registration will receive two emails from ipp.noreply@mail.eroc.twai.gov. Please note that emails from this email address may filter into your spam or junk folder:

  1. The first email will have the IPP Logon ID and a link to the IPP application. 
  2. A second email, which will be sent within 24 hours of the first email, contains a temporary password.

Once your contact receives these emails, please ensure they log into IPP and complete the registration process.

Once registered to use IPP, your company may submit invoices electronically, receive e-mail notifications when requests are paid, view payment history, and access remittance downloads. The e-mail notification of payment is sent when a payment is distributed to your bank account and may include the following payment information: Date of payment, dollar amount, invoice number, paying agency, payee name, and ACH trace number.

Vendor training materials, including a first time login tutorial, are available on the https://www.ipp.gov/ website. Once you have logged in to the IPP application, you will have access to user guides that provide step-by-step instructions for all IPP capabilities, ranging from creating and submitting an invoice to setting up email notifications.  Live webinars are held monthly and provide a great opportunity to learn the basic of the system and to call in and ask the IPP team questions about the IPP application.

IPP Customer Support is available to assist users of the system and can answer your questions related to accessing IPP or completing the registration process.

  • Toll-free number: 866-973-3131
  • Email address: IPPCustomerSupport@fiscal.treasury.gov
  • Hours of operation: Monday through Friday (excluding bank holidays) from 8:00 am - 6:00 pm ET

The contractor must email a copy of the invoice and supporting documentation to the personnel listed below, upon submission into the IPP platform.  Failure to email the invoice and supporting documentation to the following contacts may result in invoice rejection or delay in payment:

Contracting Officer’s e-mail address:       John.h.caicedo2@uscg.mil                    

Electronic Submission of Payment Requests (FSMS Awards) JUL 2024
(a) Definitions. As used in these instructions -
(1) “Payment request” means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available must be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 must be provided.
(b) Except as provided in paragraph (c) of this clause, the contractor must submit payment requests electronically using the Invoice Processing Platform (IPP). Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.
(c) The contractor may submit payment requests using a method other than IPP only when the contracting officer authorizes alternate procedures in writing in accordance with Coast Guard procedures.
(d) If alternate payment procedures are authorized, the contractor must include a copy of the contracting officer's written authorization with each payment request.
(e) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/.  

Instructions To Offerors / Notices / Quote Format And Content

Offerors are expected to examine the entire Request for Quote (RFQ), including any amendments to this RFQ. Offerors shall furnish all of the information required by this RFQ, any omitted information will be considered unacceptable and the quote may be rejected.

This RFQ does not obligate the Government to compensate for any costs incurred by the Offeror in the preparation and/or submission of any quote, nor does it obligate the Government to procure for said services or supplies.

PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.