Skip to content
Department of Homeland Security

CGC Isaac Mayo 30 Ton Crane Service

Solicitation: 52050PR260000165
Notice ID: bc472269f2bc4704803d9a7384f369df

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Mar 09, 2026. Industry: NAICS 238990 • PSC W036.

Market snapshot

Awarded-market signal for NAICS 238990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$8,702,175
Sector total $33,072,247,130 • Share 0.0%
Live
Median
$76,668
P10–P90
$36,374$1,828,509
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-5%(-$201,033)
Deal sizing
$76,668 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 FL
Live POP
Place of performance
Key West, Florida • 33040 United States
State: FL
Contracting office
Miami, FL • 33132 USA

Point of Contact

Name
LT Allie Doris
Email
Carrie.A.Doris@uscg.mil
Phone
7862997906
Name
Bryan Goltz
Email
Bryan.W.Goltz@uscg.mil
Phone
7863509700

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
BASE MIAMI(00028)
Office
Not available
Contracting Office Address
Miami, FL
33132 USA

More in NAICS 238990

Description

This combined synopsis/solicitation for construction services 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 52050PR260000165. Applicable North American Industry Classification 
Standard (NAICS) codes are:
                                           

                                                     238990 (All Other Specialty Trade Contractors)

This requirement is for a fixed price 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 resulting from this solicitation to the responsible offeror 
whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.
When submitting your proposals, request a price breakdown of the following:

Cost of materials and equipment

Cost of labor

Contract will be awarded to the vendor who can provide Best value which includes all labor, 
material, cost and equipment required within the SOW. Cost and Past Performance factors will also 
be considered when selecting the award.

Anticipated award date: 10 business days after close of solicitation, OOA 26 March 2026

Quotes are to be received no later than close of business (3 p.m.) on 09 March 2026 and are to be 
sent via e-mail to angel.melendez@uscg.mil

Quotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer 

USCG Base Miami Beach (P&C) Attn: Angel Melendez
12100 SW 152nd ST Miami, FL 33177.

Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will 
be issued in SAM (www.sam.gov).

Wage determinations: FL20240184 01/05/2024

SCOPE OF WORK:


DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD
BASE MIAMI BEACH SPECIFICATIONS FOR
CGC ISAAC MAYO 30ton Crane Services

General: United States Coast Guard Base Miami Beach is accepting proposals for qualified the 
Contractor shall furnish all crane services, rigging equipment, operators necessary to safely 
remove the canopy and WERP plates, exhaust silencers, and then
return one week later to reinstall the exhaust silencers, WERP plates and canopy aboard CGC ISAAC 
MAYO. Services shall be performed in accordance with applicable Coast
Guard specifications, drawings, and safety requirements.


Location:
United States Coast Guard Sector Key West 100 Trumbo Point Rd Key West, FL 33040

Examination of Site: It is HIGHLY ENCOURAGED that bidders carefully inspect the work in place and 
verify the amount of work necessary to complete the job. Prospective bidders arrange for a tour of 
the job site by calling the point of contact, LT Allie Doris at (786)299-7906 or by e-mail at 
carrie.a.doris@uscg.mil, at least 3 working days in advance.


I.  Continuity of Facilities Operation: Schedule work to minimize interference with the
facility’s normal operations. Normal operating hours are from 6:30am to 2:30pm Monday thru Friday 
except federal holidays. Any work during other hours shall be requested in
writing at least 5 working days in advance and must be approved by the Contracting Officer.

II. Notification of Start and Completion of Work: The Contractor shall notify Coast Guard one week 
prior to start of work.
III.   Coast Guard Contracting Officers Representative: The Contractor shall contact the
Contracting Officer’s Representative (COR) to coordinate all construction efforts onboard Coast 
Guard Facilities.

LT Allie Doris - COR Mr. Bryan Goltz

Carrie.A.Doris@uscg.mil Bryan.W.Goltz@uscg.mil

786-299-7906
786-350-9700

IV: Recycling and Disposal of Refuse: Minor refuse, excess or waste materials resulting from 
construction operations may be disposed of in base dumpsters. All disposals shall be done in 
accordance with federal, state, and local laws and regulations. All bulk waste shall be disposed of 
in contractor provided dumpsters


V: Safety: During the execution of this contract, the Contractor shall conform to the rules and 
regulations as set forth by OSHA Safety and Health Standards, 29 CFR Part 1926 - Safety and Health 
Regulations for Construction. The contractor shall have a written safety plan as required in FAR 
5.236-13. The plan shall unequivocally assign responsibility and authority for safety to the 
superintendent by name. Immediate notification to the Contracting Officer’s Representative of lost 
time due to accidents is required. Provide two copies of workman’s compensation accident reports by 
noon of the day following the accident. The Coast Guard reserves the right
to bar any workers or supervisors from the premises should they be documented as violating set 
safety standards and regulations.
VI.  Inspection: The Contracting Officer’s Representative has the right to reject defective 
workmanship or materials or work not performed as per the project specifications. Only the 
Contracting Officer or his/her representative may accept work performed by the contractor.
VII.     Operations and Storage: The contractor is to take whatever steps necessary to
ensure that his materials are protected. The Coast Guard has no responsibility for receipt, 
storage, or

protection of contractor’s materials. All equipment, materials and supplies shall be addressed to 
the contractor. The Coast Guard will not accept shipments. The contractor is responsible for the 
protection of existing structures, utilities, work and vegetation. Any damage shall be
repaired at the contractor’s expense.
VIII.    Contractor Identification: The contractor and subcontractor personnel shall always wear 
company identification and carry personal identification.
IX.  Existing Utilities: The Contractor shall field verify all utility locations before commencing 
work. This shall include, but not be limited to, the use of visual, sonic, electronic or magnetic 
detection devices. Contractor shall be responsible for repairing any utilities damaged during 
construction at no additional cost to the Government.


X: Regulations while onboard Coast Guard Sector Key West:
1.  Daily colors and the raising/lowering of the American flag will take place every morning at 
0800 and every evening at sunset. All personnel on Base will face the main flagpole & maintain 
silence and all vehicles & equipment will halt during these brief events.
2. The construction site shall always be maintained in a clean condition. This
included daily clean-ups of the construction and storage areas (FAR 52.236-12). The site shall be 
well lit and well barricaded/cordoned off as appropriate.
3. Contractors are welcome to eat breakfast & lunch on Base in the base galley at cost. Breakfast 
is served from 0630-0730 daily & lunch will be served from 1130-1230 daily in the galley. All 
personnel desiring meal service shall be in clean, non-soiled clothing. The Coast guard reserves 
the right to refuse service to anyone it deems dirty.
4. There is one smoking area on base located in the central northern parking lot covered by the 
tiki hut. No smoking is permitted anywhere else on base.
5. Contractors are welcome to utilize the Base’s Exchange store; however, contracted personnel are 
prohibited from purchasing any uniform, alcohol or tobacco
products in it.
6. Traffic Regulations:
a) 10 mph speed limit
b) No use of cell phones is permitted while driving vehicles or operating heavy machinery

c) All personnel shall obey all marked traffic signals including stop signs & stop lights.
7. Absolutely no firearms or weapons of any kind are allowed onboard Base.
8. Only American citizens and permanent resident aliens are allowed onboard Base. Absolutely no 
foreign nationals are permitted on the premises.
9. Notice shall be given to the Coast Guard’s representative 1 week in advance of any planned 
power, water, sewage or lighting outages.

10. The contractor shall provide a consolidated list of all contracted personnel
including their driver’s license numbers (or other valid gov’t issued ID number) who will be 
working on Base Facilities either the day of or prior to the notice to proceed date.
11. Contractors are welcome to utilize the restrooms on the 1st decks of Buildings 3, 4, and 7 
providing they are clean and do not track mud, dirt or any other debris into the restrooms.
12. Should warnings of gale force or stronger winds, or other inbound natural disasters be issued, 
the contractor shall take every practicable precaution to minimize the danger to persons, to the 
work, and the adjacent property. These precautions shall include closing all openings, removing all 
loose materials, tools and equipment from exposed locations, and removing or securing scaffolding, 
securing field
trailers, and other appropriate equipment and other temporary work.
13. No personnel other than the Contracting Officer has the authority to alter the terms of any 
contract or to issue any change orders.
14. All contractor vehicles, equipment and gear onboard Coast Guard properties are always subject 
to search. Additionally, due to security and operational needs, Contractors are subject to orders 
to evacuate the property at any time.
15. Due to the compact & dense nature of operations & support functions ongoing on-board Base all 
efforts within reason to minimize the size and footprint of the contractor’s lay down area shall be 
taken. Contractors shall carpool as much as possible to minimize the number of vehicles needing 
parking on Base. At a
minimum, the ratio of contractors to contractor vehicles shall be no less than 2:1.
16. All piers and waterfront bulkheads on base are load restricted in some form. If contractors 
need to bring heavy equipment (cranes, forklifts, 18 wheelers, man-lifts, construction equipment, 
backhoes, excavators or other equipment heavier

than standard sedans) closer than 40’ to any pier or waterfront bulkhead on Base to complete their 
project, the contractor shall submit a request for information (RFI) to the COR at least 1 week in 
advance.
XI: SCOPE OF WORK:

3.1 Pre-Lift Planning
•    Develop and submit a Rigging Plan detailing crane type, lifting capacities, load charts, and 
step-by-step evolution for canopy removal, WERP removal, and silencer removal.
•    Identify all lifting appliances (slings, spreader bars, shackles, etc.) and ensure they are 
properly rated and certified.
•   Provide certification documentation for crane, rigging gear, and operators prior to 
commencement.
•   Incorporate stability considerations and counterbalance weight requirements to maintain safe 
load handling.
3.2 Crane Operations
•  Canopy Removal: Rig and remove the canopy structure to allow WERP access. Store canopy securely 
until reinstallation.
•  WERP Removal: Support safe removal of WERP plates per Coast Guard specifications. Prevent 
deformation or damage to structural members.
•  Silencer Removal: Rig and remove exhaust silencer from main engine room. Store silencer securely 
until reinstallation.

WERP, Canopy & Silencer Reinstallation: Reinstall Silencer and WERP plates using control methods to 
prevent distortion. Reinstall canopy to original condition.
3.3 Safety & Notifications
•   Comply with OSHA (29 CFR 1915) and Coast Guard facility safety requirements.
•   Provide a spotter/signalman for all critical lifts.
•   Notify COR/Port Engineer 24 hours in advance of all lift operations for Government witness and 
inspection.
4. Deliverables
•   Rigging Plan: Detailed lifting sequence and certification documentation.
•   Condition Found Reports (CFRs): Submitted for any structural or lifting discrepancies.
•    Final Report: Documenting successful completion of engine lifting operations.
5. Schedule
•    Canopy, WERP & Silencer Removal: Prior to engine extraction.
•    Silencer, WERP & Canopy Reinstallation: Immediately following successful engine
placement.


6. Quality Assurance
All crane operators must hold current certification under OSHA/ANSI standards. Rigging equipment 
shall be inspected before each lift. All evolutions must be witnessed and signed off by the 
Contracting Officer’s Representative (COR)/Port Engineer.


7. References
•   Coast Guard Drawing 154 WPC 204-301 Rev F – Equipment Removal Plan

•    Coast Guard Drawing 154 WPC 200-301 – Machinery Arrangement Drawings
•     Coast Guard Technical Publication (TP) 8902C – Main Propulsion Diesel Engine, Removal & 
Installation Requirements
•    SFLC Standard Specification 0000 – General Requirements
•    SFLC Standard Specification 0740 – Welding and Allied Processes


END OF SECTION
Performance Period: Performance of work is expected to commence NLT 10 days after award is made. 
Extension period must be approved by the Contracting Officer for any unforeseen delays.
**All Questions and Answers will not be accepted after 27 Feb 2026 at 10:00AM EST. APPLICABLE FAR 
CLAUSES
FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items).
ATTACHED BY REFERENCE
52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS
52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984)
52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984)
52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995)
Work hours: Monday through Friday, 0730 – 1800 (7:30 am – 6 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.

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.
 

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.