Skip to content
Department of Homeland Security

Repair Galley Grease Trap and Holding Tank at USCG Station Yankeetown

Solicitation: 30324PR260000002
Notice ID: bd2ba2889d3e49a990bbeb5b06e32932

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Apr 13, 2026. Industry: NAICS 238220 • PSC Y1ND.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$108,355,823
Sector total $37,204,442,544 • Share 0.3%
Live
Median
$68,300
P10–P90
$22,040$288,332
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+114%($39,400,427)
Deal sizing
$68,300 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
Florida • 34434 United States
State: FL
Contracting office
Miami, FL • 33132 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state match • scope type matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match • scope type match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match • scope type match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match • scope type match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconexact WD number • state match • scope type match
FL20260019 (Rev 0)
Open WD
Published Jan 02, 2026Florida • Levy
Rate
ELECTRICIAN
Base $33.50Fringe $13.85
Rate
ft boom
Base $39.01Fringe $16.85
Rate
Group 2 Lattice under 150 ton, 100 ton up to 250 ton hydro cranes
Base $38.01Fringe $16.85
+12 more occupation rates in this WD

Point of Contact

Name
MK1 John Piskura
Email
John.B.Piskura@uscg.mil
Phone
440-242-1917

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 238220

Description

COMBINED SYNOPSIS/SOLICITATION

Repair Galley Grease Trap and Holding Tank at USCG Station Yankeetown

1. General Information

Solicitation Number: 30324PR260000002

Date Posted: 03/31/2026

Response Due Date: Monday April 13, 2026, at 11:00AM EST
 

NAICS Code: 238220 Plumbing, Heating, And Air-Conditioning Contractors
 

Set-Aside: Total Small Business Set a Side
 

Contracting Office: USCG PROCUREMENT & CONTRACTINNG
12100 SW 152ND ST
MIAMI, FL 33177
Point of Contact: Mehdi Bouayad
Email: Mehdi.Bouayad@uscg.mil
571-607-8108

 

2. Description of Work
 

This is a combined synopsis/solicitation for construction services prepared in accordance with FAR Part 36 and FAR Part 13. The U.S. Government intends to award a firm-fixed-price contract based on the lowest price technically acceptable (LPTA) or best value tradeoff method.
 

Scope of Work:
1. GENERAL REQUIREMENTS: The work consists of providing all supervision, labor, materials, and equipment required to: repair galley grease trap and holding tank. USCG STA YANKEETOWN.

 

2. COMMENCEMENT AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT 10 days after notice to proceed.
 

3. SCOPE OF WORK:
• Prior to commencement of work contractor shall notify MK1 John Piskura (440)242-1917 to coordinate removal of obstacles within the facility and provide site access.
• Contractor shall acquire all permits required by state and local authorities .
• Contractor shall provide temporary 4 bathroom and shower facilities during duration of project.
• Contractor shall pump out and remove existing grease trap and cracked holding tank and dispose of IAW environmental requirements.
• Contractor shall install new grinding station and panel.
• Contractor Shall Install new Installation of a new drain field up to 1395 sq ft LPD
• Contractor shall Install 1 new 2000 Gallon Septic Tanks Single Compartment in Test and verify the operation of the septic system prior to conclusion of work in the presence of the Quality Assurance Evaluator (QAE)
• Contractor shall Install of 1 new 1050 GallonSeptic Tank Single Compartment in series.
• Contractor shall install Installation of New Dosing system 1 new 1900 Gallon Dosing tank, 2 new low pressure dosing pumps, new alarm and alternating panel.
• Contractor shall install fill dirt if permit requires.
• Contractor shall remove Parking Lot Removal 3' x 50' area for installation TBD if existing pipe underneath requires replacement.

 

Location of Project: U.S. Coast Guard Station Yankeetown
5800 Riverside Dr. Yankeetown, FL 34434.

 

Examination of Site: It is HIGHLY ENCOURAGED that bidders carefully inspect the
workplace and verify all work necessary to complete job. Prospective bidders arrange for a tour
of the job site by calling the point of contact, MK1 John Piskura at 440-242-1917 or via email John.B.Piskura@uscg.mil

 

Site Visit Highly Recommended but not Mandatory *************** Tuesday April 07, 2026 at 10:00AM EST*****************
 

Site Visit Coordinator is MK1 John B. Piskura Email: John.B.Piskura@uscg.mil Phone: 440-242-1917
 

1. Continuity of Facilities Operation:
Schedule work to minimize interference with the facility operations and during the normal
operating hours of 7:00 am to 3:00 pm Monday through Friday, excluding federal holidays. Work
may be conducted during other hours if approved in advance by coordinating with the facility
Point of Contacts (POC) listed below.

 

2. Notification of Start and Completion of Work:
The Contractor shall provide a simple and general schedule of work. For example, “Begin work
at ____ on _______. Work is expected to last __ days and be complete on _______.”

 

3. Coast Guard Points of Contact:
The Contractor shall coordinate with the following personnel to arrange access the facility.

 

POC’s are listed in order of preference.
Name Email / notes Phone Number
MK1 John B. Piskura Email: John.B.Piskura@uscg.mil Phone: 440-242-1917

 


4. Recycling and Disposal of Refuse:
Minor refuse and waste materials resulting from operations may be disposed of at Air Station Miami.
All disposals shall be done in accordance with federal, state, and local
laws and regulations. No Hazardous Waste or bulk waste may be disposed of in Air Station
Miami dumpsters.

 

5. Safety:
During the execution of this contract, the Contractor shall conform to the rules and regulations as
set forth by OSHA State and Federal regulations. 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.

 

6. Inspection:
The Contracting Officer’s Representative has the right to reject defective workmanship or
materials or work not performed as per the contract specifications.

 

7. Operations and Storage:
The Coast Guard has no responsibility for receipt, storage, or protection of contractor’s
materials. The Coast Guard will not accept shipments, and no materials may be stored on site
by the contractor. The contractor is responsible for the protection of existing structures and utilities
and vegetation. Any damage shall be repaired at the contractor’s expense.

 

8. Utilities:
Contractors are authorized to use Station Yankeetown power and water while conducting the
work efforts outlined in this document. Any other use of power is not authorized. The unit POC’s
listed above will designate available utility connection points if necessary.

 

9. General Regulations while onboard Station Yankeetown.
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. 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 &
stoplights.

 

5. Notice shall be given to the Coast Guard’s representative 1 week in advance of any
planned outages, including any pool closure and expected duration.
6. Contractors are welcome to utilize the restrooms in the area they are currently working in
providing they are clean and do not track mud, dirt or any other debris into the
restrooms.

 

6. No personnel other than the Contracting Officer has the authority to alter the terms of any
contract or to issue any change orders. Accordingly, the contractor shall not complete
any work that would incur additional costs to the government without written approval
from the Contracting Officer.

10. SECURITY REQUIREMENTS:
 

1. The contractor shall provide a consolidated list of all contractor personnel who will be
working on Station Yankeetown at least 2 days prior to work. This is for
routine/ standard background checks of all personnel entering the base. Information
required is full name, date of birth, and last 4 digits only of Social Security Number.

 

2. Only American citizens and permanent resident aliens are allowed onboard Station Yankeetown Facilities. Absolutely no foreign nationals are permitted on the premises.
Appropriate identification shall be provided at the front gate to attain base entry.

 

3. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject
to search, at all times. Additionally, at all times due to security and operational needs, the
contractor is subject to orders to evacuate the property at any time.

 

4. Absolutely no firearms or weapons of any kind are allowed onboard CG Station Yankeetown.
 

5. The contractor and subcontractor personnel shall wear company identification and
always carry photo identification on their person. Personnel shall not stray from the
immediate area of work nor direct avenues of ingress and egress unless authorized in
advance.

 

Contractor shall be responsible for the removal of all trash and debris from project area off site
upon completion.
All work must be approved by the Contracting Officer’s Representative.
Warranty:
The Contractor warrants that all workmanship shall be free from defects for a period of one years
from the date of substantial completion.

 

12. ACCEPTANCE OF WORK:
When the contractor has completed all work, they shall notify the Coast Guard (COR) for a final
inspection with least a 24-hour notice. If there are any project discrepancies noted, they shall be
corrected within 5 business days of discovery. The work will be accepted as complete upon
verified correction of any/ all noted discrepancies. After work acceptance, the contractor shall
submit final invoice to the Coast Guard as directed by the COR.

 

Magnitude of Construction:
Not to exceed $82.5K

 

3. Submission Details
 

Proposals Due By: Monday April 13, 2026/11AM EST
 

Submission Method: [Email Mehdi.Bouayad@uscg.mil or Mailed Bids]
 

Technical Proposal (demonstrating capability and experience).
Price Proposal (detailed cost breakdown).
Past Performance References will be reviewed

 

Evaluation Criteria
Award will be made based on [Lowest Price Technically Acceptable (LPTA) / Best Value] criteria. Proposals will be evaluated on:
1. Technical Acceptability – Demonstrated experience in similar projects.
2. Past Performance – Positive references from previous construction work.
3. Price Reasonableness – Competitive pricing aligned with market rates.
6. Contract Terms and Conditions

 

This procurement is subject to the following:
Davis-Bacon Act Compliance: Wage Rates FL20260019 Revised on 01/02/2026
FAR Clauses 52.236-2 (Differing Site Conditions), 52.236-3 (Site Investigation), 52.236-5 (Material and Workmanship), 52.236-7 (Permits and Responsibilities).
Other federal, state, and local regulations governing construction contracts.

 

7. Inquiries
*****All questions regarding this solicitation must be submitted in writing to John Piskura no later than Thursday April 9, 2026 COB.*********

 

Issued By:
Contracting Officer Mr. Mehdi Bouayad
United States Coast Guard

 

8. Additional Clauses and Provisions
8.1 Safety and Health Requirements
The contractor shall comply with:
• Occupational Safety and Health Administration (OSHA) Standards (29 CFR 1926) for construction safety.
• U.S. Army Corps of Engineers Safety Manual EM 385-1-1, if applicable.
• Submission of a Site-Specific Safety Plan (SSSP) within [X] days after award.
• Implementation of Personal Protective Equipment (PPE) and safety measures for workers on-site.
8.2 Environmental and Sustainability Requirements
• The contractor shall comply with National Environmental Policy Act (NEPA) and all EPA regulations.
• Use of environmentally preferable products and materials in accordance with FAR 23.1 (Sustainable Acquisition Policy).
• Proper disposal and handling of hazardous materials per Resource Conservation and Recovery Act (RCRA).
• Stormwater Pollution Prevention Plan (SWPPP) implementation (if applicable).

 

8.3 Compliance with the Davis-Bacon Act
For contracts over $2,000, the contractor shall comply with the Davis-Bacon Act (40 U.S.C. 3141–3148):
• Submit certified payroll reports weekly.
• Pay laborers and mechanics at least the prevailing wage rates specified in the wage determination.

 

8.4 Delays and Liquidated Damages
• If the contractor fails to complete work by the agreed deadline, the Government may impose liquidated damages of $[X] per calendar day of delay.
• Delays due to unforeseen conditions (e.g., weather, force majeure) must be reported within 24 hours and documented.

 

8.5 Subcontracting Limitations
• In accordance with FAR 52.219-14, at least 15% of the contract value must be performed by the prime contractor (for general construction).
• Subcontractors must be pre-approved, and the prime contractor remains liable for their compliance.

 

8.6 Material and Workmanship Standards
• All materials shall conform to industry standards (ASTM, ANSI, etc.) and be subject to Government inspection.
• The Government reserves the right to reject defective work and require rework at contractor’s expense.

 

8.7 Bonding and Insurance Requirements
• For contracts over $150,000, performance and payment bonds are required per FAR 28.102-1.
• Contractors shall maintain liability insurance in the following amounts:
o General Liability: $1,000,000 per occurrence.
o Workers’ Compensation: As required by state law.
o Automobile Liability: $500,000 per accident.

 

8.8 Inspection and Acceptance
• Work will be inspected by the Contracting Officer’s Representative (COR).
• The Government reserves the right to reject non-conforming work and withhold payment until deficiencies are corrected.

 

8.9 Buy American Act Compliance
• Materials must comply with the Buy American Act (FAR 52.225-9) unless an exemption is approved.

 

8.10 Dispute Resolution and Claims
• Disputes shall be handled per FAR 52.233-1 (Disputes Clause).
• The contractor must attempt to resolve disputes through negotiation before escalating to formal claims.

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.