Skip to content
Department of Homeland Security

Notice of Intent to Sole Source Foreign Passenger Vessel Examiner Course

Solicitation: 70Z02326QCVC00001
Notice ID: 63eeab2b9f154561b2d9d4cd2e4a8604

Presolicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 02, 2026. Industry: NAICS 483112 • PSC V214.

Market snapshot

Awarded-market signal for NAICS 483112 (last 12 months), benchmarked to sector 48.

12-month awarded value
$23,813,061
Sector total $1,694,717,637 • Share 1.4%
Live
Median
$12,868,401
P10–P90
$12,868,401$12,868,401
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($23,813,061)
Deal sizing
$12,868,401 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 DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20593 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Brenda S. Taylor
Email
Brenda.S.Taylor2@uscg.mil
Phone
2068150892

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
HQ CONTRACT OPERATIONS (CG-912)(000
Office
Not available
Contracting Office Address
Washington, DC
20593 USA

More in NAICS 483112

Description

This notice is being published in accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a Notice of Intent to award a sole source contract and is not a request for competitive quotes/proposals.

1. Contracting Office Address:

United States Coast Guard (USCG)

Office of Contracting & Procurement Headquarters Division 4, Branch 2

2703 Martin Luther King Jr Avenue, SE

Washington, DC 20593

Point of Contact: Brenda Taylor, Contracting Officer, Brenda.S.Taylor2@uscg.mil

2. Set-Asides:

      a. Anticipated Set-Aside Strategy: Total Small Business Set-Aside

3. Codes for Services or Supplies

      a. Product Service Code (PSC): V214

      b. NAICS Code: 483112

4. Description

      a. Clear and Concise Description of Supplies or Services: The Government seeks a fully integrated, at‑sea training environment aboard an operational cruise vessel to support two convenings of the Foreign Passenger Vessel Examiner Course from 04/11/26 - 04/18/26 and 11/08/26 -11/15/26. The requirement is for a single cruise vessel and itinerary that can concurrently provide: (1) lodging and meals for up to 21 attendees; (2) a dedicated onboard training space equipped with audio/visual equipment and Wi‑Fi; (3) onboard logistical support; and (4) escorted access by ship’s crew to critical shipboard spaces and systems during specific sailings. These elements are interdependent and must be coordinated on the same vessel to achieve the required training effect.     

     b. Procedures for Award: The Government intends to award a sole source follow-on contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8 for the continuation of critical Foreign Passenger Vessel Examiners training for the Coast Guard. Conducting a full and open competition at this time would result in unacceptable delays associated with solicitation, evaluation, and transitioning to a new contractor would require a period of performance for onboarding that is not feasible within the available timeframe, creating significant risk to mission continuity. The legal authority for this non-competitive action is cited as FAR 6.103-1(c)(2)(ii) Only source capable of meeting the requirement within the required timeframe under 10 U.S. Code § 3204(a)(1). 

Anticipated Award Date: On or about: 3 April 2026

      c. Trade Agreements Language: Not Applicable

      d. Technical Data: The Statement of Work (SOW) is included as an attachment.

      e. Construction Contract Information: Not Applicable.

      f. Statement Regarding Responsible Sources: All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency.

      g. Noncompetitive Contract Action: The government intends to award a contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8 in accordance with FAR 12.102 Restricting Competition, and FAR 6.103-1(c)(2)(ii) under the authority at 10 U.S. Code § 3204(a)(1). The primary constraint is unacceptable delays in fulfilling the agency's requirements for the continued provision of highly specialized services. The underlying commercial realities of cruise ship operations—specifically, access to an operational cruise vessel of sufficient size, sailing from appropriate U.S. ports, from 04/11/26 - 04/18/26 and 11/08/26 -11/15/26  with the willingness to: (1) dedicate a training room for extended daily hours; (2) provide reliable Wi‑Fi and audio/visual support; and (3) permit escorted access to critical shipboard spaces and systems during a revenue‑generating voyage. These elements are interdependent and must be coordinated on the same vessel to achieve the required training effect.

      h. Qualification Requirement: Not Applicable

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.