Water treatment services at Coast Guard Station Crystal River, FL
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Apr 24, 2026. Industry: NAICS 221310 • PSC H146.
Market snapshot
Awarded-market signal for NAICS 221310 (last 12 months), benchmarked to sector 22.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 27 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 221310
Description
This combined synopsis/solicitation for services is prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.
The solicitation number is 70Z028-26-Q-0021582. Applicable North American Industry Classification Standard (NAICS) codes are:
221310 Water Supply and Irrigation Systems, Size standard in Millions ($41.0)
This requirement is for a firm fixed price service contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract for a base year plus 2 option years resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.
52.217-9 Option to Extend the Term of the Contract
The Government may extend the term of this contract by written notice to the Contractor ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months.
When submitting your proposals, request a price breakdown of the following:
- Cost of labor and supervision for monthly water treatment services at Coast Guard Station Crystal River, FL.
Prospective contractors must also provide, along with your proposal, past performance documents which will be used to determine expertise to perform work requested.
Contract will be awarded to the vendor who can perform the work outlined in the provided PWS in the time frame needed by unit. Past Performance and Cost factors will also be used when selecting the award.
Anticipated award date: 10 business days after close of solicitation, OOA 08 May 2026
Quotes are to be received no later than close of business (3 p.m.) on 24 April 2026. Quotes can be email to: Jerry.Lopez@uscg.mil
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
Wage determination: 2015-2727, Rev no: 29 dated 12/03/2025
SCOPE OF WORK: The Contractor shall provide all personnel, management, materials, supplies, equipment, tools, and any other items or services (except utilities and limited facilities as defined in Section 3.2 and 3.3) necessary to perform PMS and operations for water treatment equipment at the Coast Guard location specified below. The contractor shall follow PART 5 of this PWS and the Technical Exhibits (TE) #1 and #2 that provide detailed information for the servicing of equipment and frequency
Location:
USCG Station Crystal River
10684 N Suncoast Blvd
Inglis, FL 34449
Period: Performance of work is expected to commence NLT 10 business days after award is made and submitted to awardee. Anticipated award date: 10 May 2026
Site visit: It is highly recommended and encouraged that a site visit is performed at the unit to field verify the requirements within the PWS and speak with the unit POC for this project. Vendors are to coordinate a site visit with the below listed unit personnel. Ensure company personnel attending site visit have a proper government issued ID in order to gain access to the unit.
Petty Officer John B. Piskura
Email: John.B.Piskura@uscg.mil
352-447-6900
MS Teams phone number: 571-613-3224
Q&A’s: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 10 April 2026. These Q&A’s will be answered and posted to this solicitation as an amendment to solicitation prior to close.
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)
Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Request Company’s tax ID information and UEI number.
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
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.