Skip to content
Department of Homeland Security

80' ARTICULATING BOOM LIFT

Solicitation: 70Z04026Q60953Y00
Notice ID: ad167d56c2614ee8978ad12fd7178204

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 24, 2026. Industry: NAICS 532490 • PSC W020.

Market snapshot

Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,981,958
Sector total $1,653,287,284 • Share 0.1%
Live
Median
$25,162
P10–P90
$11,140$175,786
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,981,958)
Deal sizing
$25,162 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
Baltimore, MD • 21226 USA

Point of Contact

Name
JARIEL OCASIO
Email
jariel.o.ocasiorodriguez@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 532490

Description

This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued.

Solicitation number 70Z04026Q60953Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 May 2024. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.

Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Best Value basis per the solicitation.  Past performance will only be reviewed for “responsibility” basis per FAR 9.1.  The evaluation criteria for the quote’s will be who meets all the technical requirements, who meets our deadlines and price.

If Drawings are required per the SOW Include this: All quotes must include the drawings approved by a professional engineer that are stated in the Statement of Work in order to be considered. Drawings will then be reviewed by U. S. Coast Guard Yard Structural and Safety departments to ensure it meets our needs.

All quotes shall be emailed to SK2 Jariel Ocasio via Jariel.o.ocasiorodriguez@uscg.mil and shall be received no later than 02/24/26 at 1000 am (Eastern). All emailed quotes shall have 70Z04026Q60953Y00 in the subject of the email.

If a Site Visit is required in order to bid, please email LCDR JUSTIN BIXLER Justin.r.bixler@uscg.mil in order to schedule.

Vendor Information:

Entity Name

Entity Unique Entity ID

Entity Address

Entity POC

Entity Phone Number

POC Email Address

Vendor shall provide

Line 1:  80' ARTICULATING BOOM LIFT

DESCRIPTION: (1)Articulating Boom Lift is
required for roadtrip in Long Beach Ca on 154'
Benjamin Bottoms, for pierside work on the
mast.

Refer to provided Statement of Work for more detailed instructions

Unit of Issue: JB

Line Total:

Estimated Performance Date:

03/13/26-03/23/26

Line 2: 

DESCRIPTION: WEEKLY EXTENSION OPTION

Option to Extend Contract Weekly

Unit of Issue: JB

Line Total:

Estimated Performance Date:

*Access to some drawings may be Export-Controlled and require any recipient to be registered in the Joint Certification Program (JCP) through DLA to receive the drawing. *

Place of Performance:

             USCG BASE LA/LB,

1001 S Seaside Ave, San Pedro CA 90731,

 Cutter Benjamin Bottoms,

Attn: LTJG Matthew Krupa (303) 478-0484 

Attn:Sara Mikovic (206) 827-2620,

Invoicing In IPP

It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

All invoices must contain the following information: CG Purchase Order number, vendor’s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP). Shipping costs will be indicated as a separate line item on the invoice (if applicable). Shipping cost $100 or more must be accompanied by a separate freight invoice when submitting an invoice(s) for payment (if applicable).

To submit an invoice, vendor must have access to www.ipp.gov. To gain access please indicate if you don’t have an account So the issuing office can establish one for you.

FAR Clauses

This order is subject to but is not limited to the following Federal Acquisition Regulations:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services-Representation.

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.

52.211-6 Brand Name or Equal

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.