USCGC RAYMOND EVANS Pre-Alignment, Alignment, Post-Alignment Verification

SOL #: 52050PR250000513Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE MIAMI(00028)
MIAMI, FL, 33132, United States

Place of Performance

Miami Beach, FL

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Sep 26, 2025
2
Submission Deadline
Oct 10, 2025, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

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 52050PR250000513.   

Applicable North American Industry Classification Standard (NAICS) codes are: 336611 - Ship Building and Repairing

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 offer or whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technical Acceptable. 
 

When submitting your proposals, request a price breakdown of the following: 

  1. Cost of materials and equipment 
  1. Cost of labor 

Contract will be awarded to the vendor who can provide Lowest Price Technical Acceptable 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.  

Site Survey:

  • Date: 07 Oct 2025
  • Time: 9:00am
  • Location: United States Coast Guard Base Miami Beach, CGC Raymond Evans; 100 MacArthur Causeway Miami FL 33139

POC: LT Allie Doris Carrie.A.Doris@uscg.mil 786-299-7906

Mr. Bryan Goltz Bryan.W.Goltz@uscg.mil 786-350-9700

Anticipated award date: 10 business days after close of solicitation, OOA 20 OCT 2025

Quotes are to be received no later than close of business (1:00 p.m.) on  10 OCT 2025 and are to be sent via e-mail to ulric.waldron @uscg.mil 

Quotations sent via the US Postal Service or hand delivered should be sent to:  

Commanding Officer 
USCG Base Miami Beach Detachment (P&C) 
Attn: Ulric Waldron

16001 SW 117th Ave

 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: FL 2015-4535 REV 23 dated 06/27/2022 

Location of Work: 

United States Coast Guard Base Miami Beach

100 MacArthur Causeway

Miami, FL 33139

 Q&A’s:  Questions concerning the work requested must be sent to ulric.waldron@uscg.mil by February 07, 2023.  These Q&A’s will be answered and posted to this solicitation as an amendment prior to close of solicitation. 

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)

52.212-4 Contract Terms and Conditions—Commercial Items (Oct 2018) 

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020) 

52.222-41 Service Contract Labor Standards (Aug 2018) 

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 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 Duns 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 

People

Points of Contact

Ulric M. WaldronPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Sep 26, 2025
USCGC RAYMOND EVANS Pre-Alignment, Alignment, Post-Alignment Verification | GovScope