Skip to content
Department of Homeland Security

Removal and Replacement of Grease Interceptor

Solicitation: 51291PR260000037
Notice ID: 86577a6cfc18441a8276a61dd77bb28c

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AK. Response deadline: Mar 03, 2026. Industry: NAICS 236220 • PSC Z1FC.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,069,663,898
Sector total $33,071,130,462 • Share 78.8%
Live
Median
$412,000
P10–P90
$0$99,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74621%($25,999,978,522)
Deal sizing
$412,000 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 AK
Live POP
Place of performance
Cordova, Alaska • 99574 United States
State: AK
Contracting office
Kodiak, AK • 99619 USA

Point of Contact

Name
Robbin Kessler
Email
robbin.m.kessler@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
BASE KODIAK(00045)
Office
Not available
Contracting Office Address
Kodiak, AK
99619 USA

More in NAICS 236220

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Quotes are being requested and a separate written solicitation will not be issued.

Solicitation number 51291PR260000037 is issued as a request for quotation (RFQ) for Replacement Transformer Enclosure. The NAICS Code is 236220 with a small business size standard of $45M per annum.

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 https://www.acquisition.gov/far-overhaul/far-part-deviation-guide.

USCG Base Kodiak, Kodiak, AK, has a requirement for the removal and replacement of a grease interceptor in accordance with the attached Statement of Work (SOW).

CLIN 0001 – Removal and Replacement of Grease Interceptor       1 Job     Price $To be Proposed

Performance must be completed within 90 days after the notice to proceed is issued, unless otherwise negotiated. Construction Wage Rate Requirements (FAR 22.402-3) are applicable to this procurement, and certified payrolls will be a required deliverable. The wage determination is attached to this solicitation.

FAR 52.212-1 (DEVIATION) and addenda to FAR 52.212-1 apply to this acquisition. Addenda provisions are:

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation (Jan 2017)

FAR 52.204-7     System for Award Management (DEVIATION)

FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION)

FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (DEVIATION)

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)

FAR 52.252-5, Authorized Deviations in Provisions

Solicitation Instruction Addenda is:

Offeror shall provide a technical capability section, with no more than 5 pages, that clearly describes the offeror’s capability to perform the government’s requirement. To be found technically acceptable, at a minimum, the offeror must demonstrate:

a. Knowledge and experience of installing similar materials like those identified for this requirement.

b. Evidence of a valid Alaska General Contractor or Electrical Contractor License.

Offeror shall provide a firm-fixed price to perform the entire effort identified in the SOW.

FAR 52.212-2 applies to this acquisition. Evaluation criteria is best value, where technical expertise and current Alaska licensing are more important than price.

FAR 52.212-4 (DEVIATION) and addenda to FAR 52.212-4 apply to this acquisition. Clause Addenda are:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-13, System for Award Management—Maintenance (DEVIATION)

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (DEVIATION)

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (DEVIATION)

52.219-6, Notice of Total Small Business Set-Aside (DEVIATION)

52.222-3 Convict Labor (DEVIATION)

52.222-6 Construction Wage Rate Requirements (DEVIATION)

52.222-7 Withholding of Funds (DEVIATION)

52.222-8 Payrolls and Basic Records (DEVIATION)

25.222-9 Apprentices and Trainees (DEVIATION)

52.222-10 Compliance with Copeland Act Requirements (DEVIATION)

52.222-11 Subcontracts (Labor Standards) (DEVIATION)

52.222-12 Contract Termination – Debarment (MAY 2014)

52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (MAY 2014)

52.222-14 Disputes Concerning Labor Standards (DEVIATION)

52.222-15 Certification of Eligibility (MAY 2014)

52.222-36 Equal Opportunity for Workers with Disabilities. (DEVIATION)

52.222-50, Combating Trafficking in Persons (DEVIATION)

52.222-62 Paid Sick Leave Under Executive Order 13706. (DEVIATION)

52.223-23, Sustainable Products (DEVIATION)

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. (May 2024)

52.228-2, Additional Bond Security (OCT 1997)

52.228-13, Alternative Payment Protections (JUL 2000)

fill-ins: (a) 2 or more of the following payment protections: Payment bond, Irrevocable Letter of Credit, Tripartite Escrow Agreement, Certificate of Deposit, or Other Security identified under FAR 28.204; (c) 10 days

52.232-33 Payment by Electronic Funds Transfer-System for Award Management. (Oct 2018)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Mar 2023)

52.233-1, Disputes (DEVIATION)

52.233-3 Protest after Award. (DEVIATION)

52.233-4 Applicable Law for Breach of Contract Claim. (DEVIATION)

52.236-2 Differing Site Conditions (DEVIATION)

52.236-3 Site Investigation and Conditions Affecting the Work (DEVIATION)

52.236-5 Material and Workmanship (DEVIATION)

52.236-6 Superintendence by the Contractor (DEVIATION)

52.236-7 Permits and Responsibilities (DEVIATION)

52.236-8 Other Contracts (DEVIATION)

52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (DEVIATION)

52.236-10 Operations and Storage Areas (DEVIATION)

52.236-12 Cleaning Up (DEVIATION)

52.236-13 Accident Prevention (DEVIATION)

52.236-14 Availability and Use of Utility Services (DEVIATION)

52.236-15, Schedules for Construction Contracts (DEVIATION)

52.236-17, Layout of Work (DEVIATION)

52.236-21, Specifications and Drawings for Construction (DEVIATION)

52.240-91 Security Prohibitions and Exclusions. (DEVIATION)

52.252-2 Clauses Incorporated by Reference (Feb 1998)

52.252-6, Authorized Deviations in Clauses (NOV 2022)

Quotes are due by March 3, 2026, at 1:00 p.m., Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil  to be considered for award. If it is in the best interest of the government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Quotes shall list two points of contact for the offeror, including name, phone number, and email address.

All contractual and technical questions must be in writing. Questions must be received by February 23, 2026, 1:00 p.m. Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil Telephone questions 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.