SOLICITATION NOTICE
W -- Temp berthing and restroom trailers for Station Lake Worth Inlet personnel
- Notice Date
- 12/17/2025 4:39:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- BASE MIAMI(00028) MIAMI FL 33132 USA
- ZIP Code
- 33132
- Solicitation Number
- 70Z02826Q0000001
- Response Due
- 1/2/2026 12:00:00 PM
- Archive Date
- 01/17/2026
- Point of Contact
- Jerry Lopez, Phone: 5716072753, Marissa Massey, Phone: (561) 718-0424
- E-Mail Address
-
jerry.lopez@uscg.mil, Marissa.A.Massey@uscg.mil
(jerry.lopez@uscg.mil, Marissa.A.Massey@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 70Z028-26-Q-0000001. Applicable North American Industry Classification Standard (NAICS) codes are: 532120 Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing Size standard in Millions ($47.0) This requirement is for a firm fixed price service contract. The contract will be awarded using simplified acquisition procedures in accordance with 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. When submitting your proposals, request a price breakdown of the following: Cost of labor to transport berthing and restroom trailers. Rental cost of berthing and restroom trailers for a period of 30 days (estimated) Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested. Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit. Past Performance and Cost factors will also be used when selecting the award. Anticipated award date: 10 business days after close of solicitation, OOA 16 January 2026 Quotes are to be received no later than close of business (3 p.m.) EST on 02 January 2026. Quotes shall be emailed to Base Miami Beach Contracting Officer : Jerry.Lopez@uscg.mil Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov Wage determination: N/A SCOPE OF WORK: Provide temporary living quarters, shower and head trailers for Station Lake Worth Inlet for approximately 30 days per provided SOW. 52.217-8 Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. Location for trailers: U.S. Coast Guard Station Lake Worth Inlet 3300 Lakeshore Drive Riviera Beach, FL 33040 Unit POC: Chief Marrisa Massey (561) 718-0424 Period: To be determined and discussed with contractor. Site visit: It is highly recommended and encouraged that a site visit is performed at the unit to visually inspect the location of where trailers will be set up and utility services needed for trailers. Contact Chief Marissa Massey for access to the station. Valid Government issued ID will be needed in order to access the Station grounds. Unit POC: Chief Marrisa Massey (561) 718-0424 Q&A�s: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 24 Dec 2025. These Q&A�s will be answered and posted to this solicitation as an amendment to solicitation prior to close. 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 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3238fb7b92e04402abac5ce4cd3fb29d/view)
- Place of Performance
- Address: Riviera Beach, FL 33404, USA
- Zip Code: 33404
- Country: USA
- Zip Code: 33404
- Record
- SN07668816-F 20251219/251217230035 (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 |