Skip to content
Department of Homeland Security

CGC Donald Horsley Clean, Inspect fuel tanks

Solicitation: 52000QR260023664
Notice ID: d72d22b03e404e8cbac1e10257cfd6a0

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: TX. Response deadline: Mar 20, 2026. Industry: NAICS 336611 • PSC J020.

Market snapshot

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

12-month awarded value
$11,395,991,797
Sector total $24,478,476,845 • Share 46.6%
Live
Median
$530,648
P10–P90
$41,074$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
46.6%
share
Momentum (last 3 vs prior 3 buckets)
+135%($4,600,327,956)
Deal sizing
$530,648 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 TX
Live POP
Place of performance
Texas • 77550 United States
State: TX
Contracting office
Norfolk, VA • 23510 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
TX20260290 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Atascosa, Medina
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $29.50Fringe $8.79
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
TX20260290 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Atascosa, Medina
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $29.50Fringe $8.79
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
BRICKLAYER
Base $25.50Fringe $8.12
+42 more occupation rates in this WD
Davis-Baconstate match
TX20260214 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Leon, Milam
Rate
Heat and Frost Insulator/Asbestos Worker
Base $33.23Fringe $7.52
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+24 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260159 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Jasper
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
CARPENTER (Form Work Only)
Base $33.27Fringe $9.73
+22 more occupation rates in this WD

Point of Contact

Name
joshua miller
Email
JOSHUA.N.MILLER@USCG.MIL
Phone
7576284801
Name
Timothy ford
Email
timothy.s.ford@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 1(00080)
Office
Not available
Contracting Office Address
Norfolk, VA
23510 USA

More in NAICS 336611

Description

52000QR260023664: CGC Donald Horsley Clean, Inspect fuel tanks

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260023664. This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. All responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.


THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide: Clean and inspect the following tanks onboard the CGC DONALD HORSLEY (WPC-1117) 

Tank                                Location                     capacity                          Fuel/waste to be removed         

 Fuel Oil Storage 2              3-23-0-F                       5040                                   EST  500 Gals

A. REQUIREMENT:

  1. 1. Protective Measures.  The contractor shall supply marine chemist for Hot Work Permit & or Entry Permit on the Coast Guard Cutter Donald Horsley the contractor must furnish and install all protective coverings to seal off and protect all non-affected vessel’s components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the contractor must remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.

  1. Interferences. The contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences to include but are not limited to the below listed.

Fuel

              Piping

              Tank access cover

  1. Fuel. The contractor must remove and dispose of fuel. Dispose of removed fluids in accordance with all applicable Federal, State, and Local regulations. Document a complete chain of custody records of the removed tank contents from the vessel to the point of destination or delivery.

  1. Cleaning requirements. The contractor must remove tank cover(s) and clean tank interior surfaces free of all foreign material, such as residual fuel or water, sediment, sludge, rust, or biological growth, taking care not to damage the coating system. Remove cleaning media and residues continuously during the washing process. Remove any residual wash media and wipe up residual moisture with clean lint-free cloths.

  1. Tank content and waste disposal. The contractor must dispose of residual tank contents and any cleaning fluids in compliance with all applicable Federal, State, and Local laws, ordinances and regulations. Document a complete chain of custody records of the removed tank contents and generated waste, from the vessel to the point of destination or delivery. Submit document to the COR upon completion of work.

2. Location of Performance (FBO Destination)

USCGC Donald Horsley, 3000 Fort Point Road, Galveston, TX 77550

3. REQUIRED PERIOD OF PERFORMANCE:  POP must be completed within: 23 MARCH 2026 – 10 APRIL 2026

Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review.  Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

       1. Please provide any warranty information.
       2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

(1) Cost Breakdown

(2) Unit Cost

(3) Extended Price

(4) Total Price

(5) Payment Terms

(6) Discount offered for prompt payment

(7) Company Unique Entity ID (UEI) and Cage Code..
 


Quotes must be received no later than 20 March 2026 at 12 P.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the contracting officer: Joshua Miller at:    joshua.n.miller@uscg.mil
 

Any questions or concerns regarding any aspect of the RFQ must be forwarded to Joshua Miller at email address – Joshua.n.miller@uscg.mil

The following FAR Clauses and Provisions apply to this acquisition:

  • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
  • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
  • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
  • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
  • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
  • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
  • FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

  • FAR 52.222-3 - Convict Labor (Jun 2003)
  • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
  • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
  • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
    (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
  • FAR 52.233-3 - Protest After Award (Aug 1996)
  • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

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.