Skip to content
Department of Homeland Security

USCGC Issac Mayo Lagging Re-Insulation

Solicitation: 52050PR260000140
Notice ID: f2eea872efc448b59f8c6d10fc65980d
TypeSolicitationNAICS 336611PSCZ1EDSet-AsideSBADepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateFLPostedFeb 17, 2026, 12:00 AM UTCDueMar 17, 2026, 07:00 PM UTCCloses in 23 days

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: FL. Response deadline: Mar 17, 2026. Industry: NAICS 336611 • PSC Z1ED.

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 $20,354,308,656 • Share 52.0%
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.
52.0%
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
Ulric M. Waldron
Email
Ulric.Waldron@uscg.mil
Phone
2068151487

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 is solicitation for services prepared in accordance with FAR Subpart 12.6 and supplemented with additional information provided herein. This solicitation is issued as a Small Business Set-Aside. No separate written solicitation will be issued.

Solicitation Number: 52050PR260000140
NAICS Code: 336611 - Ship Building and Repairing
Contract Type: Fixed Price
Award Process: Simplified acquisition procedures under FAR Parts 13 and 15.

Award Criteria:
The Government will award a contract to the responsible proposer whose offer is most advantageous, providing Best Value based on labor, materials, cost, equipment, and past performance.

Proposal Requirements:
Please provide a price breakdown for:
a. Cost of materials and equipment
b. Cost of labor

Key Dates:

  • Site Visit Date: Tuesday, March 10, 2026 @ 10:00am
  • Proposal Due Date: Tuesday, March 17, 2026 by 3:00 PM EST
  • Anticipated Award Date: Tuesday, March 24, 2026

Submission Instructions:
Email proposals to Ulric.Waldron@uscg.mil. Proposals sent via USPS or hand delivery should be addressed to:
Commanding Officer
USCG Base Miami Beach (P&C)
Attn: Ulric Waldron
16001 SW 117th Ave
Miami, FL 33177

Telephone requests for quotes will not be accepted. Changes to the solicitation will be posted on SAM.gov.

Scope of Work:
The contractor shall provide all labor, materials, and equipment necessary to perform lagging re-insulation renewal on the USCGC Issac Mayo USCG Base Key West Industrial Production Facility (100 Trumbo Road, Key West, FL 33040).

Specific Tasks:

2. Scope of Services

The contractor shall perform the following tasks:

  1. Remove any existing insulation materials, as necessary, to prepare surfaces for new installation.
  2. Furnish and install new DuraBlanket and lagging insulation on all designated areas of the Isacc Mayo, ensuring proper fit and secure attachment.
  3. Supply all miscellaneous parts, fasteners, and accessories required for complete installation. All such items must be included in the contractor’s quote.
  4. Ensure all installation work meets applicable safety and quality standards.
  5. Coordinate with IPF Miami personnel, who will be available to assist and verify that the DuraBlanket and lagging are installed correctly and in accordance with project requirements.
  6. Remove and properly dispose of any debris or waste materials generated during the course of the  work.

Performance Period:
Work is expected to commence no later than 10 days after award. Extensions must be approved by the Contracting Officer. Work hours are Monday through Friday, 6:30 AM – 3:00 PM, excluding holidays.

Site Visit:
A site visit is highly recommended and scheduled for Tuesday, March 10, 2026, at 10:00 AM EST. Contact the following POCs to schedule:

  • LTJG Sarah Jacobsen
    Email: Sarah.R.Jaconsen@uscg.mil
    Phone:410-487-3132

Email is the prefered method of contact for Site Visit confirmation

Technical Questions POC:
For technical questions, contact:

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

Additional Requirements:

  • Contractors must comply with all base regulations, including traffic rules, cleanliness, and security measures.
  • Only U.S. citizens or permanent residents are permitted on base.
  • Contractors must provide a list of personnel with valid government-issued ID numbers prior to the notice-to-proceed date.
  • All vehicles, equipment, and gear on Coast Guard property are subject to search.

Applicable FAR and HSAR Clauses:

  • FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.222-41
  • HSAR 3052.209-70, 3052.237-72

Full text versions of these clauses can be found at www.arnet.gov/far or www.dhs.gov.

Vendor Requirements:

  • Vendors must be registered in SAM.gov with an active status prior to award.
  • Ensure NAICS code 336611 is listed in your SAM registration.

For further inquiries, contact Mr. Bryan Goltz or LT Allie Doris at the provided contact information.

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.