Skip to content
Department of Homeland Security

USCGC Issac Mayo Pre-Alignment, Alignment, Post-Alignment Verification

Solicitation: 52050PR260000154
Notice ID: cfcf4f050fe044f7ae3e6a1a9c14241a

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Mar 05, 2026. Industry: NAICS 336611 • PSC J019.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,341,046,444 • Share 52.1%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 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
LTJG COOPER WILLIS
Email
COOPER.E.WILLIS@USCG.MIL
Phone
(305) 923-0766
Name
LT Allie Doris
Email
Carrie.A.Doris@uscg.mil
Phone
786-299-7906

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 336611

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 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 52050PR260000154.

Applicable North American Industry Classification Standard (NAICS) codes are: 336611 - Ship Building and Repairing

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 offer or whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technical Acceptable.
When submitting your proposals, request a price breakdown of the following:
1. Cost of materials and equipment
2. Cost of labor

Contract will be awarded to the vendor who can provide Lowest Price Technical Acceptable 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.

Site Visit: Date: 24 Feb 2026

Time: 10:00am EST

Location: CGC Issac Mayo; 100 Trumbo Road, Key West, FL 33040

POC: LT Allie Doris Carrie.A.Doris@uscg.mil 786-299-7906
Mr. Bryan Goltz Bryan.W.Goltz@uscg.mil 786-350-9700

Anticipated award date: 10 business days after close of solicitation, OOA 19 Mar 2026
Quotes are to be received no later than close of business (1:00 p.m.) on 05 Mar 2026 and are to be sent via e-mail to Mehdi.Bouayad@uscg.mil

 

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

Commanding Officer USCG Base Miami Beach Detachment (P&C) Attn: Mehdi Bouayad
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: 

Location of Work:
USCGC Issac Mayo
100 Trumbo Road
Key West, FL 33040

Q&A’s: Questions concerning the work requested must be sent to Mehdi.Bouayad@uscg.mil no later than Mar 03, 2026.

USCGC Issac Mayo Pre-Alignment, Alignment, Post-Alignment Verification

These Q&A’s will be answered and posted to this solicitation as an amendment prior to close of solicitation.

52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)
52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)
52.212-4 Contract Terms and Conditions—Commercial Items (Oct 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020)
52.222-41 Service Contract Labor Standards (Aug 2018)

Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 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.

Request Company’s tax ID information and Duns number.

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.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
Applicable North American Industry Classification Standard (NAICS) codes are: 336611 - Ship Building and Repairing
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.

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.