Cleaning & Maintenance of Shipboard Exhaust and Ventilation Systems
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AK. Response deadline: Mar 12, 2026. Industry: NAICS 336611 • PSC J020.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336611
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 52155PR260000132 is issued as a request for quotation (RFQ) for Cleaning and Maintenance of Shipboard Exhaust and Ventilation Systems. The NAICS Code is 336611 with a small business size standard of 1300 employees.
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 Ketchikan has a requirement for Cleaning and Maintenance of Shipboard Exhaust and ventilation systems at USCG Base Ketchikan, Ketchikan, AK 99901, in accordance with the attached Statement of Work (SOW).
CLIN 0001 – Work Item 1: Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean - 1 Job
CLIN 0002 – Work Item 2: Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean – 1 Job
CLIN 0003 – (Optional) Work Item 3: Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning – 1 Job
CLIN 0004 – (Optional) Work Item 4: Vent Ducts, Laundry Exhaust, Commercial Cleaning – 1 Job
CLIN 0005 – (Optional) Work Item 5: Vent Ducts, All Other, Commercial Cleaning – 1 Job
Performance must be completed within the time period prescribed in the SOW, unless otherwise negotiated. Service Contract Labor Standards (FAR 22.10) are applicable to this procurement, with the equivalent rate of hire being Heating, Ventilation and Air-Conditioning Mechanic, WG-10. 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 (Nov 2022)
Solicitation Instruction Addenda is:
Offeror shall provide confirmation of ability to meet published effort start and end date, OR provide an alternative next closest period for the Government to consider.
Offeror shall also provide no more than a 5 page capability document showing past experience on performing similar services on similar or more complex vessel systems.
Offeror shall provide a firm-fixed price to perform each of the work items as separated below, and per the SOW.
CLIN 0001 – Work Item 1: Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean - 1 Job
CLIN 0002 – Work Item 2: Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean – 1 Job
CLIN 0003 – (Optional) Work Item 3: Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning – 1 Job
CLIN 0004 – (Optional) Work Item 4: Vent Ducts, Laundry Exhaust, Commercial Cleaning – 1 Job
CLIN 0005 – (Optional) Work Item 5: Vent Ducts, All Other, Commercial Cleaning – 1 Job
FAR 52.212-2 applies to this acquisition. Evaluation criteria is best value, Ability to meet the performance schedule in the SOW, and past experience with similar or more complex requirements 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)
52.217-4 Evaluation of Options Exercised at Time of Contract award (DEVIATION)
52.219-6, Notice of Total Small Business Set-Aside (DEVIATION)
52.222-3 Convict Labor (DEVIATION)
52.222-36 Equal Opportunity for Workers with Disabilities. (DEVIATION)
52.222.41 Service Contract Labor Standards (DEVIATION)
52.222-42, Statement of Equivalent Rate of Hires (MAY 2014)
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)
52.232-33 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)
52.240-91 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 12, 2026, at 11:00 a.m., Alaska time, to Benjamin Reedy at Benjamin.R.Reedy@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 March 5, 2026, 11:00 a.m. Alaska time, to Benjamin Reedy at Benjamin.R.Reedy@uscg.mil Telephone questions will not be accepted. Site Visits will be allowed as vessel availability permits and must be conducted NLT March 5, 2026. Contact Benjamin Reedy at the email address above to schedule if desired.
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.