Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    TEMP BERTHING AND RESTROOM TRAILERS FOR STATION LAKE WORTH INLET PERSONNEL

    Sol. 70Z02826Q0000001Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)MIAMI, FL
    Closed
    STATUS
    Closed
    closed Jan 2, 2026
    POSTED
    Dec 18, 2025
    Publication date
    NAICS CODE
    532120
    Primary industry classification
    PSC CODE
    W023
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking proposals for a firm fixed price service contract to provide temporary berthing and restroom trailers for personnel at Station Lake Worth Inlet. This opportunity is a small business set-aside and will utilize simplified acquisition procedures under FAR Part 13. Quotes are due by 3 p.m. EST on January 2, 2026.

    Contract details

    Solicitation No.
    70Z02826Q0000001
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 18, 2025
    Response Deadline
    January 2, 2026
    NAICS Code
    532120AI guide
    PSC / Class Code
    W023
    Issuing Office
    BASE MIAMI(00028)
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Jerry Lopez
    City
    MIAMI
    State
    FL
    ZIP Code
    33132
    AI Product/Service
    service

    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:

    1. Cost of labor to transport berthing and restroom trailers.
    2. 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.

    Key dates

    1. December 18, 2025Posted Date
    2. January 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    TEMP BERTHING AND RESTROOM TRAILERS FOR STATION LAKE WORTH INLET PERSONNEL is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.