This combined synopsis/solicitation for services is 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 70Z028-25-Q-ASCWPOOLMAIN. Applicable North American Industry Classification Standard (NAICS) codes are:
NAICS 561790 - Other Services to Buildings and Dwellings, size standard: $9.0 Million
This requirement is for a firm fixed price services contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 12 and FAR Part 13
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA).
When submitting your proposals, request a price breakdown of the following:
a. The cost of monthly pool maintenance as outlined in the Statement of Work (SOW), divided into 12 equal monthly payments.
b. The annual cost for the Base Year plus 02 Option Years, with pricing for each option year broken down into 12 equal monthly payments.
Prospective contractors must also provide, along with your proposal, past performance documents which will be used to determine expertise to perform the work requested.
Contract will be awarded to the vendor who can perform the work outlined in the provided PWS in the time frame needed by unit.
Anticipated award date: 02 business days after close of solicitation, 04 September 2025
Quotes are to be received no later than close of business 11 a.m.) on 04 September 2025. Quotes can be email to: Arlett.Maj@uscg.mil
Telephone requests of quotes will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
Wage determinations: Service Contract Act WD # 2015-4571 County: Pinellas
Rev: 27. Date: 07/08/2025
SCOPE OF WORK: Contractor to provide recurring monthly Pool maintenance services for USCG Air Station Clearwater per provided SOW.
Location:
USCG Air Station Clearwater
15100 RESCUE WAY
CLEARWATER, FL 33762
Period of Performance: Performance of work is expected to commence within 02 days after the award. This award will be a base plus 2 option years.
Anticipated Period of Performance Dates
Base year: September 8, 2025 – August 30, 2026
Option year 1: September 01, 2026 - August 30,2027
Option year 2: September 01, 2027 - August 30,2028
52.217-9 Option to Extend the Term of the Contract
The Government may extend the term of this contract by written notice to the Contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __60___ days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercising of any options under this clause, shall not exceed 48 months.
Site visit: It is recommended but not mandatory that a site visit is performed at the Unit to verify the requirements within the PWS and speak with the unit POC for this maintenance service. Vendors shall contact:
POC: CWO3 Jose Calderon
Email: jose.a.calderon@uscg.mil
Phone: (571) 608-8981
Q&A’s: Questions concerning the work requested must be sent to Arlett.Maj@uscg.mil
by COB 28 August 2025. These Q&A’s will be answered and posted to this solicitation as an amendment to solicitation prior to close.
Q&A'S have been posted
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)
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 a 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 UEI 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.
The Government reserves the right to cancel this solicitation at any time.