Opportunity
SAM #52050PR260000192
Insulation Renewal Services for 45’ Response Boat – Medium at USCG Base Miami Beach
USCG Base Miami
March 24, 2026
April 10, 2026
52050PR260000192
336611, 238310
This opportunity involves insulation renewal services for a 45-foot Response Boat – Medium (RB-M) at USCG Base Miami Beach, managed by the U.S. Coast Guard under the Department of Homeland Security. - Government Buyer: - U.S. Coast Guard, Department of Homeland Security - Offices: USCG Procurement & Contracting (Miami, FL), Office of Naval Engineering, Base Miami Beach Industrial Production Facility - OEMs and Vendors: - Pyrotek (QUADZERO #17763007 sound attenuation barrier) - Owens Corning (2-inch foil-faced 'Insul-Quick' hullboard insulation) - Johns Manville (hullboard insulation) - Alpha Associates Inc. (insulation tape) - 3M (Scotch 35 vinyl tape) - Taco Marine (trim moulding) - MEI (eco-hanger adhesive insulation hanger) - Vimasco Corporation (latex adhesive) - Venture Tape Corporation (insulation tape) - Products/Services Requested: - Installation of insulation in the engine room machinery space and air intakes - Repair/replacement of 64 square feet of pilot house hullboard with fiberglass facing - Removal and disposal of existing lead-lined insulation - Supply of all labor, materials, equipment, consumables (pins, caps, stud gun) - Specific materials and part numbers include: - Pyrotek QUADZERO #17763007 sound attenuation barrier - Owens Corning 2-inch foil-faced Insul-Quick hullboard insulation - Johns Manville hullboard insulation (1" and 2", part numbers 204113, 204115) - Alpha Associates Inc. insulation tape (part numbers 212040, 212041, 212042) - 3M Scotch 35 vinyl tape (part number 210836) - Taco Marine trim moulding (part number 205836) - MEI eco-hanger adhesive insulation hanger (part number 211547) - Vimasco Corporation latex adhesive (part number 222437) - Venture Tape Corporation insulation tape (part number 212056) - Additional hardware and accessories (studs, caps, moulding, perforated plate) - Unique/Notable Requirements: - Compliance with OSHA, EPA, and Buy American Act regulations - Site-specific safety and environmental plans required - Only U.S. citizens and permanent resident aliens permitted onsite; all personnel must pass background checks - Work must be scheduled to minimize interference with facility operations and adhere to specified work hours - Contractor must provide all necessary tools, equipment, and consumables - Place of Performance: - USCG Base Miami Beach Industrial Production Facility, 100 MacArthur Causeway, Miami Beach, FL 33139
Description
COMBINED SYNOPSIS/SOLICITATION INSULATION RENEWAL ON 459 RESPONSE BOAT 60 MEDIUM at USCG Base Miami Beach 1. General Information Solicitation Number: 52050PR260000192 Date Posted: 03/24/2026 Response Due Date: Friday April 10, 2026, at 2:00PM EST NAICS Code: 238290 Other Building Equipment Contractors Set-Aside: Total Small Business Set Aside Contracting Office: USCG PROCUREMENT & CONTRACTING 12100 SW 152ND ST MIAMI, FL 33177 Point of Contact: Mehdi Bouayad Email: Mehdi.Bouayad@uscg.mil Phone: 571-607-8108 2. Description of Work This is a combined synopsis/solicitation for construction services prepared in accordance with FAR Part 36 and FAR Part 13. The U.S. Government intends to award a firm-fixed-price contract based on the lowest price technically acceptable (LPTA) or best value tradeoff method. Scope of Work: Work Statement In the performance of this contract, the contractor shall provide the services to perform insulation renewal on a 45-foot Response Boat 60 Medium (RB-M) while the vessel is dry-docked at USCG Base Miami Beach Industrial Production Facility located at 100 MacArthur Causeway Miami Beach, FL 33139. The contact persons for this contract are LT Allie Doris, 305-535-4332, or Mr. Bryan Goltz, 305-535-4337. Scope of Services The contractor shall furnish trained, qualified personnel, and any required special tools or equipment necessary to complete the following work: Install insulation in the entirety of the Engine Room Machinery Space, including Port and Starboard Engine Room Air Intakes, IAW Drawing 45-RB-M-635-002, Rev C. Repair/Replace 64SF lower half of Pilot house, which is 22 Hullboard with fiberglass facing. IAW Drawing 45-RB-M-635-002, Rev C. Installation material will be as follows: Sound attenuation barrier: Pyrotek 3QUADZERO 4 #17763007 Hullboard: Owens Corning 22 Foil-Faced 3Insul-Quick 4 insulation Installation process is as follows: Bulkhead > QUADZERO > Insulation Speed Washer > 22 Insul-Quick Hullboard > Insulation Speed Washer > Trim Pin (if necessary) > Insulation Cap Tape all boundaries. All consumables, Hullboard: Owens Corning 22 Foil-Faced 3Insul-Quick 4 insulation, Pyrotek insulation, and stud gun will be provided by the contractor. Contractor will provide pins and caps. Contractor will replace any damaged pins found upon insulation removal. Contractor will arrange for disposal of existing lead-lined insulation. Existing lead-lined insulation will be removed and packaged prior to Contractor arrival. Contractor Performance Requirements Installation period of performance will be scheduled as determined by the vessel 27s production schedule; estimated late April to early May 2026. Exact periods of performance will be scheduled by the COTR at least two weeks prior to start and will be performed Monday through Friday excluding holidays, during the following work hours: 6:30 am to 3:00 pm. If overtime is required, the contractor must notify the COTR 24 hours in advance and must be approved by Base Miami Beach officials. Location: U.S. Coast Guard Base Miami Beach Industrial Production Facility 100 Macarthur Causeway Miami Beach, Florida 33139 **Site Visit*: It is encouraged that bidders carefully inspect the workplace and verify all work necessary to complete job. SITE VISIT has been scheduled for Thursday April 2nd 2026 at 10:30AM EST, and will be the only day to tour the work site. Mr. Bryan Goltz is the POC and can be reached at 305-535-4337 or via email at Bryan.W.Goltz@uscg.mil at least 2 working days in advance. Location of Site Visit: USCG Base Miami Beach 100 Macarthur Causeway Miami Beach, FL 33139 Continuity of Facilities Operation: Schedule work to minimize interference with the facility operations and during the normal operating hours of 7:00 am to 3:00 pm Monday thru Friday, excluding federal holidays. Work may be conducted during other hours if approved in advance by coordinating with the facility Point of Contacts (POC) listed below. Coast Guard Points of Contact: The Contractor shall coordinate with the following personnel to arrange access to the facility. POCs are listed in order of preference. Mr. Bryan Goltz Email: Bryan.W.Goltz@uscg.mil Phone: 305-535-4337 Recycling and Disposal of Refuse: Minor refuse and waste materials resulting from operations may be disposed of in Air Station Clearwater dumpsters. All disposals shall be done in accordance with federal, state, and local laws and regulations. No Hazardous Waste or bulk waste may be disposed of in Air Station Clearwater dumpsters. Safety: During the execution of this contract, the Contractor shall conform to the rules and regulations as set forth by OSHA State and Federal regulations. Immediate notification to the Contracting Officer 27s Representative of lost time due to accidents is required. Provide two copies of Workman 27s compensation accident reports by noon of the day following the accident. The Coast Guard reserves the right to bar any workers or supervisors from the premises should they be documented as violating set safety standards and regulations. Inspection: The Contracting Officer 27s Representative has the right to reject defective workmanship or materials or work not performed as per the contract specifications. Operations and Storage: The Coast Guard has no responsibility for receipt, storage, or protection of contractor 27s materials. The Coast Guard will not accept shipments, and no materials may be stored on site by the contractor. The contractor is responsible for the protection of existing structures and utilities and vegetation. Any damage shall be repaired at the contractor 27s expense. General Regulations while onboard USCG Base Miami Beach: Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flagpole & maintain silence and all vehicles & equipment will halt during these brief events. Contractors are welcome to eat breakfast & lunch at Base in the base galley at published meal rates. Breakfast is served from 0600-0730 daily & lunch will be served from 1100-1230 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled clothing. The Coast Guard reserves the right to refuse service to anyone it deems dirty. Contractors are welcome to utilize the Base 27s Exchange store; however, contracted personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it. Traffic Regulations: 10 mph speed limit No use of cell phones is permitted while driving vehicles or operating heavy machinery. All personnel shall obey all marked traffic signals including stop signs & stoplights. Notice shall be given to the Coast Guard 27s representative 1 week in advance of any planned outages, including any pool closure and expected duration. Contractors are welcome to utilize the restrooms in the area they are currently working in providing they are clean and do not track mud, dirt or any other debris into the restrooms. No personnel other than the Contracting Officer has the authority to alter the terms of any contract or to issue any change orders. Accordingly, the contractor shall not complete any work that would incur additional costs to the government without written approval from the Contracting Officer. SECURITY REQUIREMENTS: The contractor shall provide a consolidated list of all contractor personnel who will be working on Air Station Clearwater Facilities at least 1 week prior to work. This is for routine/ standard background checks of all personnel entering the base. Information required is full name, date of birth, and last 4 digits only of Social Security Number. Only American citizens and permanent resident aliens are allowed onboard USCG Base Miami Beach. Absolutely no foreign nationals are permitted on the premises. Appropriate identification shall be provided at the front gate to attain base entry. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search, at all times. Additionally, at all times due to security and operational needs, the contractor is subject to orders to evacuate the property at any time. Absolutely no firearms or weapons of any kind are allowed onboard Air Station Clearwater. The contractor and subcontractor personnel shall wear company identification and always carry photo identification on their person. Personnel shall not stray from the immediate area of work nor direct avenues of ingress and egress unless authorized in advance. Contractor Responsibilities: Contractors shall provide all labor, materials, equipment, permits, supervision and quality control. Contractor shall be responsible for the removal of all trash and debris from project area off site upon completion. All work must be approved by the Contracting Officer 27s Representative Mr. Bryan Goltz. Warranty: The Contractor warrants that all workmanship shall be free from defects for a period of one year from the date of substantial completion. ACCEPTANCE OF WORK: When the contractor has completed all work, they shall notify the Coast Guard (COR) for a final inspection with at least a 24-hour notice. If there are any project discrepancies noted, they shall be corrected within 5 business days of discovery. The work will be accepted as complete upon verified correction of any/all noted discrepancies. After work acceptance, the contractor shall submit final invoice to the Coast Guard as directed by the COR. Submission Details Proposals Due By: Friday April 10, 2026/2pm EST Submission Method: Email Mehdi.Bouayad@uscg.mil or Mailed Bids Required Documents: Technical Proposal (demonstrating capability and experience). Price Proposal (detailed cost breakdown). Past Performance References will be reviewed. 4. Site Visit Highly Recommended but not mandatory Thursday April 2, 2026 at 10:30AM EST Site Visit Coordinator is Mr. Bryan Goltz 5. Evaluation Criteria Award will be made based on Lowest Price Technically Acceptable (LPTA) / Best Value criteria. Proposals will be evaluated on: Technical Acceptability 6 Demonstrated experience in similar projects. Past Performance 6 Positive references from previous construction work. Price Reasonableness 6 Competitive pricing aligned with market rates. Contract Terms and Conditions This procurement is subject to the following: Service Contract Act WD # 2015-4543 Revised on 12/03/2025 FAR Clauses 52.236-2 (Differing Site Conditions), 52.236-3 (Site Investigation), 52.236-5 (Material and Workmanship), 52.236-7 (Permits and Responsibilities). Other federal, state, and local regulations governing construction contracts. Inquiries All questions regarding this solicitation must be submitted in writing to Mr. Bryan Goltz no later than Tuesday April 7, 2026. Issued By: Contracting Officer Mr. Mehdi Bouayad United States Coast Guard 8. Additional Clauses and Provisions 8.1 Safety and Health Requirements Occupational Safety and Health Administration (OSHA) Standards (29 CFR 1926) for construction safety. U.S. Army Corps of Engineers Safety Manual EM 385-1-1, if applicable. Submission of a Site-Specific Safety Plan (SSSP) within [X] days after award. Implementation of Personal Protective Equipment (PPE) and safety measures for workers on-site. 8.2 Environmental and Sustainability Requirements The contractor shall comply with National Environmental Policy Act (NEPA) and all EPA regulations. Use of environmentally preferable products and materials in accordance with FAR 23.1 (Sustainable Acquisition Policy). Proper disposal and handling of hazardous materials per Resource Conservation and Recovery Act (RCRA). Stormwater Pollution Prevention Plan (SWPPP) implementation (if applicable). Pay laborers and mechanics at least the prevailing wage rates specified in the wage determination. 8.6 Material and Workmanship Standards All materials shall conform to industry standards (ASTM, ANSI, etc.) and be subject to Government inspection. The Government reserves the right to reject defective work and require rework at contractor 27s expense. 8.8 Inspection and Acceptance Work will be inspected by the Contracting Officer 27s Representative (COR). The Government reserves the right to reject non-conforming work and withhold payment until deficiencies are corrected. 8.9 Buy American Act Compliance Materials must comply with the Buy American Act (FAR 52.225-9) unless an exemption is approved. 8.10 Dispute Resolution and Claims Disputes shall be handled per FAR 52.233-1 (Disputes Clause). The contractor must attempt to resolve disputes through negotiation before escalating to formal claims. APPLICABLE FAR CLAUSES 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (Sept 2023) 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2024) 52.212-4 Contract Terms and Conditions 6Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2023) 52.222-41 Service Contract Labor Standards (Aug 2018)