This combined synopsis/solicitation for construction services 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 30314PR260000001. Applicable North American Industry Classification Standard (NAICS) codes are:
541990 - All Other Professional, Scientific, and Technical Services
This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
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, Best Value.
When submitting your proposals, request a price breakdown of the following:
a. Cost of materials and equipment
b. Cost of labor
Contract will be awarded to the vendor who can provide Best value which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award.
Anticipated award date: 10 business days after close of solicitation, OOA 09 Feb 2026
Quotes are to be received no later than close of business (3 p.m.) on 28 Jan 2026 and are to be sent via e-mail to angel.melendez@uscg.mil
Quotations sent via the US Postal Service or hand delivered should be sent to:
Commanding Officer USCG Base Miami Beach (P&C) Attn: Angel Melendez
12100 SW 152nd ST
Miami, FL 33177.
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in SAM (www.sam.gov).
Wage determinations: FL20240184 01/05/2024
SCOPE OF WORK:
DEPARTMENT OF HOMELAND SECURITY
UNITED STATES COAST GUARD
U.S. Coast Guard Station Marathon
1800 Overseas Highway
Marathon, FL 33050
STATEMENT OF WORK FOR
Mooring Basin Bubble Curtain Repair
Located at:
U.S. Coast Guard Station Marathon
1800 Overseas Highway
Marathon, FL 33050
GENERAL REQUIREMENTS
PART 1
GENERAL
1. INTENT: The intent of this project is to rebuild or replace all necessary equipment to ensure 100% effectiveness of the installed weed curtain at USCG Station Marathon located at 1800 Overseas Highway Marathon, FL 33050.
2. SCOPE OF WORK: The Contractor shall provide all labor, materials, and equipment to meet all specifications and inspections. Contractor shall preform a function check of three pneumatic compressor assemblies with 12 compressors, 9 exhaust fans, all underwater pneumatic lines, diffusers and distribution blocks and gauge. Contractor must be able to remove and dispose-of existing non-functioning compressors and fan units. The expectation is that the contractor will rebuild all functioning compressors in the system IAW with manufacturer recommended parts and maintenance procedures. Replace all compressors that are not functioning with compressors recommended by manufacturer. Replace all cooling fans currently out of commission. Preform a cleaning and inspection of all underwater equipment and replace/ service as necessary. Perform a performance test to ensure function of all equipment prior to final inspection.
3. QUALIFICATIONS: Contractor shall provide personnel who have the knowledge, qualifications, and working experience to perform the functions outlined in the Performance Requirements. All personnel shall have an understanding of basic plumbing, pneumatic compressor maintenance and electrical qualifications necessary to complete the job.
4. CONTINUITY OF FACILITIES OPERATION: Contractor shall schedule work to minimize interference with the facility’s normal operations. Perform all on-site work between the hours of 8:00 AM and 4:00 PM, Monday through Friday (federal holidays excluded), unless otherwise approved by the Contracting Officer or Contracting Officer’s designated representative.
5. GOVERNMENT FURNISHED MATERIALS: None
PART 2
PERFORMANCE STANDARDS
1. PERFORMANCE REQUIREMENTS: Contractor shall rebuild all functioning compressors in the system IAW with manufacturer recommended parts and maintenance procedures. Replace all compressors that are not functioning with compressors recommended by manufacturer. Replace all cooling fans currently out of commission. Preform a cleaning and inspection of all underwater equipment and replace/ service as necessary. Perform a performance test to ensure function of all equipment prior to final inspection..
2. SITE VISIT: Site visits are recommended. All site visits should be scheduled with the Contracting Officer, Facilities Engineer and/or their designated representative.
3. PERFORMANCE STANDARDS: The COTR or Contracting Officer may inspect, at any time, the progression of work to ensure compliance with the contract. The proper adherence to all safety procedures is required prior, during and after work being performed. The contractor shall furnish all personnel with and require donning of required personal protective equipment (PPE). The
contractor shall safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities, and avoid interruptions of Government operations in the performance of services.
4. DELIVERABLES: Contractor shall provide a detailed assessment of the condition of all components prior to start of work and notify COR upon completion. Notify COR or their representative 24 hours prior to any necessary inspections or completion of contract. Contractor shall include a course of action and timeline necessary to affect repairs within 2 weeks of receiving the award.
5. LIABILITY OF DAMAGES: The contractor shall be liable for all damages to government equipment and property when such damage is due to fault or negligence of the contractor. The contractor shall be responsible for all damages or injury to persons that occur as a result of the contractor’s fault or negligence. The contractor shall take proper safety and health precautions to protect the work the workers, the public, and the property of others.
6. POINTS OF CONTACT:
Primary POC: MKC Ian Widney
Email: Ian.W.Widney@uscg.mil
Phone: (307) 256-6400
Secondary POC: DC1 Devon Rauh
Email: Devon.M.Rauh@uscg.mil
Phone: (517) 320-1060
END OF SECTION
Performance Period: Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays.
Site visit: It is highly recommended and encouraged that interested party’s contact MKC Ian Widney for a site visit which will be held on
Friday Jan 16, 2026 at 10:00AM EST. Questions contact Mr. Widney via email Ian.W.Widney@uscg.mil
Or via phone at 305-930-3010.
**All Questions and Answers will not be accepted after 23 Jan 2026 at 10:00AM EST.
APPLICABLE FAR CLAUSES
FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other
Than Commercial Items).
ATTACHED BY REFERENCE
52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS
52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984)
52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984)
52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995)
Work hours: Monday through Friday, 0730 – 1800 (7:30 am – 6 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain 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.
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.