ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX

DEPARTMENT OF HOMELAND SECURITY 70Z029QNEWO0010
Response Deadline
Jan 6, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
N041
INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

4 Files
Tuckers Bayou VTS AC SOW.pdf
PDF1417 KBDec 12, 2025
AI Summary
The Department of Homeland Security, United States Coast Guard Base Galveston, is seeking bids for the replacement of a wall-mounted air conditioner and heater unit at the Tuckers Bayou VTS facility in Deer Park, TX. The project requires the removal of the existing Bard unit and installation of a new 2-3-ton Bard or equivalent air conditioner and heater compatible with the current dual controller, or installation of a new controller. Contractors must provide all labor, materials, and equipment, conduct a thorough field investigation, and ensure all work meets Coast Guard quality and safety standards. Key requirements include protecting adjacent areas, disposing of refuse off-site, and adhering to OSHA and other safety regulations. Contractors must provide personnel lists, photo identification, and vehicle registration for site access. Submittals include a site visit report and detailed cost estimates. The Coast Guard will invite bids and administer the contract, with communication directed to Facilities or COR until awarded.
SF 1442 - Replace 2 AC Units.pdf
PDF780 KBDec 12, 2025
AI Summary
This document is a solicitation for bids (Request for Proposal - RFP) for a project to replace a Bard wall-mounted air conditioner and heater unit with a new 2-3-ton Bard unit or equivalent at Tuckers Bayou VTS, Deer Park, TX. The solicitation, numbered 70Z029QNEWO0010, was issued on December 12, 2025, by the USCG Base New Orleans, and is a combined synopsis/solicitation. The project is 100% set aside for small businesses and will result in a firm-fixed-price purchase order awarded to the lowest bidder. All contractors must be registered in SAM.gov. Payment and performance bonds are not required. Offers are due by the specified date and time to Joel.S.Ivy@uscg.mil. The work includes all labor, materials, and equipment to complete the replacement in accordance with the scope of work, ensuring compatibility with existing Bard controllers or installation of new dual controllers. Offers must remain open for Government acceptance for 30 calendar days.
Construction Terms and Conditions.pdf
PDF456 KBDec 12, 2025
AI Summary
This government file outlines the contractual requirements for a fixed-price construction project, detailing various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. The period of performance is 30 calendar days from the date of award, with work commencing within 14 calendar days of receiving the notice to proceed. Key clauses cover commencement, prosecution, and completion of work, as well as provisions for suspension of work by the Contracting Officer. The document also specifies invoicing instructions, requiring contractors to submit invoices through the Invoice Processing Platform (IPP) at ipp.gov, and provides guidance for both enrolled and new users on registration and system usage. Additionally, it lists numerous FAR and HSAR clauses applicable to various contract values, covering areas such as small business set-asides, wage rate requirements, labor standards, environmental compliance, payments, and other general administrative and legal stipulations for construction contracts.
Construction Wage Rates for Harris County TX.pdf
PDF35 KBDec 12, 2025
AI Summary
This government file, General Decision Number TX20250253, outlines prevailing wage rates and labor requirements for building construction projects in Harris County, Texas, effective November 21, 2025. It specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates set by Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) for 2025, depending on the contract award date. It also mentions that Executive Order 14026's minimum wage is not enforced in Texas. The document provides detailed wage and fringe benefit rates for various construction trades, including plumbers, electricians, ironworkers, and laborers, with specific effective dates for each classification. Additionally, it informs contractors about paid sick leave requirements under Executive Order 13706 and outlines the appeals process for wage determinations, including contacts for initial decisions and reconsideration requests.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 12, 2025
deadlineResponse DeadlineJan 6, 2026
expiryArchive DateJan 21, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE NEW ORLEANS(00029)

Point of Contact

Name
Joel Ivy

Place of Performance

Deer Park, Texas, UNITED STATES

Official Sources