Skip to content
Department of Homeland Security

RECERTIFICATION FOR 87' WPB LIFT RIG

Solicitation: 70Z04026Q60723Y00
Notice ID: fbd42cc018f4464d860e1c19a900ba5c

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Mar 02, 2026. Industry: NAICS 541330 • PSC H320.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,240,690,282
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$400,904
P10–P90
$29,630$1,410,297
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27221%($4,209,759,586)
Deal sizing
$400,904 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
Curtis Bay, Maryland • 21226 United States
State: MD
Contracting office
Baltimore, MD • 21226 USA

Point of Contact

Name
Shellby Hammond
Email
Shellby.M.Hammond@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 541330

Description

This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued.

Solicitation number 2126406Y61K6599009 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 May 2024. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First.

Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Best Value basis per the solicitation.  Past performance will only be reviewed for “responsibility” basis per FAR 9.1.  The evaluation criteria for the quote’s will be who meets all the technical requirements, who meets our deadlines and price.

All quotes must include the drawings approved by a professional engineer that are stated in the Statement of Work in order to be considered. Drawings will then be reviewed by U. S. Coast Guard Yard Structural and Safety departments to ensure it meets our needs.

All quotes shall be emailed to Shellby Hammond via Shellby.M.Hammond@uscg.mil and shall be received no later than 03/02/2026 at 1200PM (Eastern). All emailed quotes shall have 2126406Y61K6599009 in the subject of the email.

If a Site Visit is required in order to bid, please email James Greenfield III via James.H.Greenfield2@uscg.mil in order to schedule.

Vendor Information:

Entity Name

Entity Unique Entity ID

Entity Address

Entity POC

Entity Phone Number

POC Email Address

Vendor shall provide

Line 1: 87' WPB LIFT RIG / DOCKING CRADLE RECERTIFICATION

DESCRIPTION: The Contractor shall provide services to certify 01 docking cradle

The Contractor must have access to the Joint Certification Program and/or needs to be Registered to the joint certification program to gain access to CG Yard drawings and tech information. Failure to have the following may negate your ability to bid.

-Surface Forces Logistics Center Standard Specification 8634 (SFLC Std Spec 8634), -2022 Drydocking

-United States Coast Guard Drawing No. 87WPB 085-12, Rev A, 87 Ft Coastal Patrol Boat Lifting Cradle

Available post-award upon request:

-Previous certification reports

-Docking history

-Last Non-Destructive Inspection (NDI) Report

-Last completed load test

The Contractor shall conduct all necessary inspections required to certify 01 docking cradles, constructed in accordance with referenced drawings.

Certification shall meet requirements stated within SFLC STD Spec 8634.

Certifying Authority shall provide requirements for type of weld inspection and length of weld inspection required for certification. The cradle has been previously load tested; re-load testing is not required

All inspections shall be conducted at USCG Yard, Baltimore MD 21226

All work and applicable deliverables shall be provided as soon as possible, for a 10-day period or more.

Contractor shall provide a Certification Report, which shall include - at minimum - the following:

-Appendix B-2 (of SFLC STD Spec 8634), signed and sealed by a Professional Engineer (State of Maryland)

-Appendix B-23 and Appendix B-24 of SFLC STD Spec 8634, completed.

-Inspection Overview

-Proof Testing, as applicable.

-Inspection Findings with supporting documentation, as applicable.

-Surveyor’s Endorsement, annotated as “SATISFACTORY” or “UNSATISFACTORY”. Any contingencies to endorsement must be clearly noted.

NDT Weld Test Report

Unit of Issue: 1 JB

Line Total:

Requested Performance Date: 

Estimated Performance Date:

*All Work must be completed in accordance with the attached Statement of Work for the order.

*Services are Requested to be completed as soon as possible, for a 10-day period or more.*

Place of Performance:

              U.S. COAST GUARD YARD

               2401 HAWKINS POINT ROAD

               BALTIMORE, MD 21226

Invoicing In IPP

It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

All invoices must contain the following information: CG Purchase Order number, vendor’s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP). Shipping costs will be indicated as a separate line item on the invoice (if applicable). Shipping cost $100 or more must be accompanied by a separate freight invoice when submitting an invoice(s) for payment (if applicable).

To submit an invoice, vendor must have access to www.ipp.gov. To gain access please indicate if you don’t have an account So the issuing office can establish one for you.

FAR Clauses

This order is subject to but is not limited to the following Federal Acquisition Regulations:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-26 Covered Telecommunications Equipment or Services-Representation.

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—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.