USCGC Issac Mayo Pre-Alignment, Alignment, Post-Alignment Verification
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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.
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.