Skip to content
Department of Homeland Security

MX TRAILER UPGRADE

Solicitation: 70Z08426Q34262PR260000005
Notice ID: 55eb0014732344909e1412b55783d7a1

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 20, 2026. Industry: NAICS 811121 • PSC K018.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 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 CA
Live POP
Place of performance
San Pedro, California • 90731 United States
State: CA
Contracting office
Norfolk, VA • 23510 USA

Point of Contact

Name
Terry E. Craft
Email
terry.e.craft@uscg.mil
Phone
5716072213

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
LOG-9
Office
Not available
Contracting Office Address
Norfolk, VA
23510 USA

More in NAICS 811121

Description

This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued.  The Request for Quotation number is 70Z08426Q34262PR260000005 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06. This acquisition is being solicited as small business set-aside/small business size standard is $9MIL.  The NAICS is 811121.  The contract type will be a firm fixed price purchase order.  The Government proposes to solicit quotes for the following item(s):

The Contractor shall provide replacement plywood for the ceiling and walls, replacement interior and exterior lights, new door locks for the two entry/exit doors, ceiling membrane, and flooring material. The Contractor shall also include any installation charges on a separate line item. An in-person site visit will be held at the address in section 3.1 on 12FEB26 at 0930; contact the unit POC to confirm your attendance and gain access to base.

Point of Contact for Site Visit Only all other solicitation questions SHALL be directed to the Contracting Officer ONLY

MKCS M. Patrick Penuel, USCG MSST Los Angeles/Long Beach, Engineer Petty Officer

C: (956) 334-7576

Email: Michael.P.Penuel@uscg.mil

(See attached Statement of Work (SOW) for complete details.

1. Please read the entire solicitation, including all attachments, to ensure completion of all requires representations, certifications, and submissions. Acknowledge all Solicitation amendments (SF-30) issued by the Government.

2. Your offer shall include ALL of the documents and information listed in the solicitation; and your offer shall be received by this office at or before February 20, 2026, 1:00 p.m., Pacific Time, to be eligible for award.

3. Submit your offer, with all required documentation to Contracting Officer, Terry Craft at terry.e.craft@uscg.mil

4. This solicitation does not obligate the Government to compensate for any costs incurred by the Offeror in preparation and/or submission of any offer, not does it obligate the Government to procure for said services/supplies.

5. Questions/Concerns: It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. All question/concerns regarding this solicitation shall be submitted in writing (NO phone calls) to Contracting Officer, Terry Craft at terry.e.craft@uscg.mil no later than February 17, 2026, 8:00 AM Pacific Time. Follow-up/additional questions will not be accepted after this date. Offerors shall reference the solicitation number and provide enough information in their e-mail so the government can easily respond to their questions/concerns. All questions/concerns will be compiled and addressed on an "Amendment of Solicitation" (SF-30) and will be posted on the SAM.gov website for viewing by all potential offerors.

*Only send questions/concerns to the Contracting Officer listed above.

AWARD: This purchase will be based on the following criteria: Lowest price for item that meets or exceeds specifications.

Offers are due on February 20, 2025, by 1:00pm (PST). Offers must provide as a minimum: (1) solicitation number; (2) specifications being offered so that a determination can be made if item being offered meets the requirement (3) Point of contact name, telephone number and address, 4) Company UEI Number

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.