Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2026 SAM #8851
SOLICITATION NOTICE

Z -- USCGC Issac Mayo Lagging Re-Insulation

Notice Date
2/17/2026 8:07:06 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
52050PR260000140
 
Response Due
3/17/2026 12:00:00 PM
 
Archive Date
04/01/2026
 
Point of Contact
Ulric M. Waldron, Phone: 2068151487
 
E-Mail Address
Ulric.Waldron@uscg.mil
(Ulric.Waldron@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is solicitation for services prepared in accordance with FAR Subpart 12.6 and supplemented with additional information provided herein. This solicitation is issued as a Small Business Set-Aside. No separate written solicitation will be issued. Solicitation Number: 52050PR260000140 NAICS Code: 336611 - Ship Building and Repairing Contract Type: Fixed Price Award Process: Simplified acquisition procedures under FAR Parts 13 and 15. Award Criteria: The Government will award a contract to the responsible proposer whose offer is most advantageous, providing Best Value based on labor, materials, cost, equipment, and past performance. Proposal Requirements: Please provide a price breakdown for: a. Cost of materials and equipment b. Cost of labor Key Dates: Site Visit Date: Tuesday, March 10, 2026 @ 10:00am Proposal Due Date: Tuesday, March 17, 2026 by 3:00 PM EST Anticipated Award Date: Tuesday, March 24, 2026 Submission Instructions: Email proposals to Ulric.Waldron@uscg.mil. Proposals sent via USPS or hand delivery should be addressed to: Commanding Officer USCG Base Miami Beach (P&C) Attn: Ulric Waldron 16001 SW 117th Ave Miami, FL 33177 Telephone requests for quotes will not be accepted. Changes to the solicitation will be posted on SAM.gov. Scope of Work: The contractor shall provide all labor, materials, and equipment necessary to perform lagging re-insulation renewal on the USCGC Issac Mayo USCG Base Key West Industrial Production Facility (100 Trumbo Road, Key West, FL 33040). Specific Tasks: 2. Scope of Services The contractor shall perform the following tasks: Remove any existing insulation materials, as necessary, to prepare surfaces for new installation. Furnish and install new DuraBlanket and lagging insulation on all designated areas of the Isacc Mayo, ensuring proper fit and secure attachment. Supply all miscellaneous parts, fasteners, and accessories required for complete installation. All such items must be included in the contractor�s quote. Ensure all installation work meets applicable safety and quality standards. Coordinate with IPF Miami personnel, who will be available to assist and verify that the DuraBlanket and lagging are installed correctly and in accordance with project requirements. Remove and properly dispose of any debris or waste materials generated during the course of the work. Performance Period: Work is expected to commence no later than 10 days after award. Extensions must be approved by the Contracting Officer. Work hours are Monday through Friday, 6:30 AM � 3:00 PM, excluding holidays. Site Visit: A site visit is highly recommended and scheduled for Tuesday, March 10, 2026, at 10:00 AM EST. Contact the following POCs to schedule: LTJG Sarah Jacobsen Email: Sarah.R.Jaconsen@uscg.mil Phone:410-487-3132 Email is the prefered method of contact for Site Visit confirmation Technical Questions POC: For technical questions, contact: LT Allie Doris Email: Carrie.A.Doris@uscg.mil Phone: 786-299-7906 Mr. Bryan Goltz Email: Bryan.W.Goltz@uscg.mil Phone: 786-350-9700 Additional Requirements: Contractors must comply with all base regulations, including traffic rules, cleanliness, and security measures. Only U.S. citizens or permanent residents are permitted on base. Contractors must provide a list of personnel with valid government-issued ID numbers prior to the notice-to-proceed date. All vehicles, equipment, and gear on Coast Guard property are subject to search. Applicable FAR and HSAR Clauses: FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.222-41 HSAR 3052.209-70, 3052.237-72 Full text versions of these clauses can be found at www.arnet.gov/far or www.dhs.gov. Vendor Requirements: Vendors must be registered in SAM.gov with an active status prior to award. Ensure NAICS code 336611 is listed in your SAM registration. For further inquiries, contact Mr. Bryan Goltz or LT Allie Doris at the provided contact information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f2eea872efc448b59f8c6d10fc65980d/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN07717581-F 20260219/260217230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.