Skip to content
Department of Homeland Security

CG SFLC WTGB Officer Stateroom Materials

Solicitation: 70Z08526Q0023743
Notice ID: fa0c555031594c4cbe1ce59520411202

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 06, 2026. Industry: NAICS 337127 • PSC 2090.

Market snapshot

Awarded-market signal for NAICS 337127 (last 12 months), benchmarked to sector 33.

12-month awarded value
$804,778
Sector total $52,169,347,256 • Share 0.0%
Live
Median
$355,199
P10–P90
$355,199$355,199
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+253%($449,663)
Deal sizing
$355,199 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 MD
Live POP
Place of performance
Baltimore, Maryland • United States
State: MD
Contracting office
Alameda, CA • 94501 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260122 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+59 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 59 more rate previews.
Davis-BaconBest fitstate match
MD20260122 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $27.00Fringe $7.22
+58 more occupation rates in this WD
Davis-Baconstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
JASON GARRIS
Email
JASON.A.GARRIS@USCG.MIL
Phone
5716081592

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 2(00085)
Office
Not available
Contracting Office Address
Alameda, CA
94501 USA

More in NAICS 337127

Description

UPDAT 4/1/2026: Clarification - this requirement is for four sets of three items (4 berths, 4 sub-bases, 4 mattesses, 12 total items) with delivery of one set to each of the ships listed. Please account for all shipping costs to all four locations.

The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

This requirement consists of providing officer stateroom berthing items in support of the officer stateroom modification for USCGC STURGEON BAY, USCGC BISCAYNE BAY, USCGC THUNDER BAY, and USCGC MORRO BAY. The supplies include, but are not limited to, single officer beds, sub bases, and mattresses. The Government will require delivery to Bayonne, NJ; St. Ignace, MI; Rockland, ME; and Cleveland, OH.

The required delivery date is 90 days after contract award.

This acquisition is a total small business set-aside under NAICS code 337127, with a corresponding small business size standard of 500 employees. The applicable Product Service Code (PSC) is 2090.

The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror’s demonstrated ability to provide supplies of similar type and complexity.

The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability.

Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government’s requirements. The Government may consider the offeror’s demonstrated understanding of the supplies and ability to reliably source and deliver the required items as part of the evaluation of technical acceptability and past performance. Failure to provide correct supplies or inability to fulfill the requirement after award may render the offeror ineligible for award or subject to termination.

Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific quotation format. Offerors must submit a quotation that clearly identifies the supplies offered and demonstrates compliance with the stated requirements. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with providing the supplies, including but not limited to manufacturing, packaging, handling, transportation, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. This will be a firm-fixed-price contract.

The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.

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.