Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2026 SAM #8893
SOLICITATION NOTICE

H -- Water treatment services at Coast Guard Station Crystal River, FL

Notice Date
3/31/2026 9:58:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z028-26-Q-0021582
 
Response Due
4/24/2026 12:00:00 PM
 
Archive Date
05/09/2026
 
Point of Contact
MK1 John Piskura, Phone: 3524476900, Jerry Lopez, Phone: 571-607-2753
 
E-Mail Address
John.B.Piskura@uscg.mil, Jerry.Lopez@uscg.mil
(John.B.Piskura@uscg.mil, Jerry.Lopez@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-0021582. Applicable North American Industry Classification Standard (NAICS) codes are: 221310 Water Supply and Irrigation Systems, Size standard in Millions ($41.0) 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 and part 15 The Government will award a contract for a base year plus 2 option years resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value. 52.217-9 Option to Extend the Term of the Contract The Government may extend the term of this contract by written notice to the Contractor ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. When submitting your proposals, request a price breakdown of the following: Cost of labor and supervision for monthly water treatment services at Coast Guard Station Crystal River, FL. 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 PWS 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 08 May 2026 Quotes are to be received no later than close of business (3 p.m.) on 24 April 2026. Quotes can be email to: 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: 2015-2727, Rev no: 29 dated 12/03/2025 SCOPE OF WORK: The Contractor shall provide all personnel, management, materials, supplies, equipment, tools, and any other items or services (except utilities and limited facilities as defined in Section 3.2 and 3.3) necessary to perform PMS and operations for water treatment equipment at the Coast Guard location specified below. The contractor shall follow PART 5 of this PWS and the Technical Exhibits (TE) #1 and #2 that provide detailed information for the servicing of equipment and frequency Location: USCG Station Crystal River 10684 N Suncoast Blvd Inglis, FL 34449 Period: Performance of work is expected to commence NLT 10 business days after award is made and submitted to awardee. Anticipated award date: 10 May 2026 Site visit: It is highly recommended and encouraged that a site visit is performed at the unit to field verify the requirements within the PWS and speak with the unit POC for this project. Vendors are to coordinate a site visit with the below listed unit personnel. Ensure company personnel attending site visit have a proper government issued ID in order to gain access to the unit. Petty Officer John B. Piskura Email: John.B.Piskura@uscg.mil 352-447-6900 MS Teams phone number: 571-613-3224 Q&A�s: Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB 10 April 2026. 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) 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/5d0d2663d0394c718e2e138cb73d5185/view)
 
Place of Performance
Address: Inglis, FL 34449, USA
Zip Code: 34449
Country: USA
 
Record
SN07763021-F 20260402/260331230042 (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.