Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
ID: 70Z029QNEWO0010Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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).

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    C1 CONDENSER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    HEATER, FUEL CUBE AND DUCTING RENTAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of a flameless diesel heater, a fuel cell, and associated ducting for use during painting operations on a 49ft Coast Guard Busl. The procurement includes an eight-week rental period for a 400k-750k BTU heater, a 250-gallon fuel cell with a pump, and two high-temperature ducts, with the rental period scheduled between December 22, 2025, and February 13, 2026, as determined by the Yard Point of Contact. This equipment is crucial for maintaining optimal working conditions during enclosed project operations, ensuring safety and efficiency. Interested vendors must submit their quotes via email to Shellby Hammond by December 17, 2025, at 12:00 PM (Eastern), referencing solicitation number 2126406Y61B5586003, and must comply with all relevant FAR clauses and requirements outlined in the solicitation.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The objective is to identify a replacement system that is lighter and offers greater cooling capacity than the current vapor cycle refrigeration system, which is critical for maintaining cabin comfort and protecting avionics during operations. The ECS must meet specific performance objectives, including providing at least 3 tons of cooling and operating effectively in high ambient temperatures, while also ensuring compliance with FAA standards. Interested vendors must submit their capability statements and responses to the RFI by December 19, 2025, at 12:00 PM EST, to Elaina.M.Price@uscg.mil, referencing Notice ID 70Z03826IB0000024. For further inquiries, contact Mary Elaina Price or Alyson Harrison at the provided emails.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.