37240PR250000029 SECTOR LAKE MICHIGAN HVAC RENEWAL
ID: 37240PR250000029Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC renewal services at Sector Lake Michigan in Milwaukee, Wisconsin. The project involves replacing a failed air conditioning unit in the galley with a new energy-efficient system, requiring contractors to conduct a site visit, remove the old equipment, and ensure compliance with environmental regulations during installation and waste disposal. This procurement is set aside for small businesses, with a firm fixed-price purchase order expected to be awarded based on the most advantageous quote, considering price and other factors. Interested vendors must submit their proposals on business letterhead, including a breakdown of estimated materials, labor, and man-hours, to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL by the specified deadline.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 3:08 PM UTC
The FAR Smart Matrix serves as a comprehensive reference for contractors involved in federal acquisitions, outlining various provisions and clauses associated with government contracting. Each listed provision includes its corresponding regulatory reference and indicates whether it is mandatory (P) or optional (C). The matrix addresses critical topics such as price determination, ethical conduct, contractor responsibilities, and compliance with labor and safety standards. A notable focus is on small business considerations, federal tax regulations, and environmental sustainability. Many clauses emphasize transparency, accountability, and the prohibition of unethical practices, like bribery or conflicts of interest. Additionally, specific provisions regarding staffing, pricing, and performance metrics align with government efforts to ensure fair and equitable procurement processes. This document is essential for understanding and navigating the complex landscape of federal contracting requirements, making it a vital tool for contractors looking to comply with federal regulations while securing government contracts.
Mar 10, 2025, 3:06 PM UTC
The document outlines a Request for Quote (RFQ) for HVAC replacement services at sector Lake Michigan in Milwaukee, WI. It requires potential contractors to complete and submit the Standard Form (SF) 1449 along with sections B-M of the solicitation package, ensuring all necessary documents are included to avoid being deemed non-responsive. Key responsibilities for contractors include supplying the required labor, materials, equipment, and transportation, as outlined in the Statement of Work dated 07 MAR 2025. The procurement is estimated to be below $15,000, and all quotes must include applicable taxes. The document also stipulates that contractors must maintain adequate inspection records, provide certificates of conformance for supplies, and meet federal acquisition regulations throughout the contract duration. Furthermore, contractors must submit invoices via the Invoice Processing Platform (IPP) and comply with insurance requirements during contract performance. The contract also emphasizes the importance of correspondence clarity and adherence to guidelines associated with sensitive information handling. Overall, this RFQ highlights the necessity for compliance and thoroughness in contractor proposals while ensuring quality service and adherence to federal standards throughout the HVAC replacement project.
Apr 3, 2025, 3:08 PM UTC
The United States Coast Guard (USCG) is soliciting qualified contractors to replace a failed air conditioning unit in the galley at Sector Lake Michigan, Milwaukee, Wisconsin. Contractors must conduct a site visit to assess conditions before submitting bids. The project involves replacing the existing split ductless system with a new energy-efficient unit that offers enhanced cooling capacity. Responsibilities include the removal of old equipment, installation of new systems, and ensuring compliance with environmental regulations during waste disposal. Safety protocols must be observed throughout the project while coordinating operations with the active Coast Guard facility. The contractor is required to provide a 12-month warranty on labor and materials, ensuring all work meets quality and efficiency standards. Additionally, a clear communication and documentation protocol must be established regarding hazardous waste management and safety compliance. The contract is expected to start within 30 days of award and maintain high efficiency and energy standards.
Apr 3, 2025, 3:08 PM UTC
The document presents the Wage Determination for the Service Contract Act (WD # 2015-4899) for designated counties in Wisconsin, last revised on December 26, 2023. It outlines wage rates and fringe benefits applicable to various occupational titles under federal contracts. The key focus is on ensuring compliance with Executive Orders regarding minimum wage, which may include the applicable rates of $17.20 per hour or other specified rates depending on contract dates. The determination covers numerous job classifications—ranging from administrative and technical roles to healthcare and maintenance occupations—detailing the required wages, benefits, and specific labor standards. Additionally, it specifies that employers must provide paid sick leave as mandated by Executive Order 13706. Furthermore, the document highlights conforming procedures for unlisted classifications, emphasizing that contractors must submit requests for authorization if they wish to employ personnel under classifications not included in the determination. This Wage Determination serves as a vital guideline for contractors, ensuring fair compensation and compliance with federal labor laws while engaging in federal contracts across the specified counties.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HEAT PUMP REPLACEMENT AT USCG STATION GEORGETOWN, SC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide firm fixed-price quotes for the replacement of a failing 4-ton coastal coated heat pump at Station Georgetown, South Carolina. The contractor will be responsible for all labor, materials, and tools necessary for the installation, including the removal of the existing system in compliance with EPA standards and ensuring the new unit meets a minimum SEER rating of 15. This procurement is vital for maintaining operational efficiency and environmental compliance at the military installation. Interested vendors must submit their quotes via email by 5:00 PM EST on April 30, 2025, and are encouraged to schedule a site visit to assess the project requirements before bidding. For further inquiries, contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730.
70Z03025QCLEV0073 Sector Lake Michigan Lawncare Services
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide lawn care services for Sector Lake Michigan, located in Milwaukee, Wisconsin. The contract encompasses a base year and four option years, requiring the contractor to manage approximately 5 acres of land, performing tasks such as mowing, edging, trimming, and maintaining planting beds with seasonal flowers while adhering to environmental stewardship practices. The total estimated procurement range for this project is between $25,000 and $100,000, with proposals due to be submitted on business letterhead, including detailed pricing and compliance with federal regulations. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to SKC Jordan Drew at jordan.g.drew@uscg.mil, with a site visit scheduled for May 5, 2025, at 10:00 AM Central Time.
“Repair HVAC Systems” Multiple Buildings, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought Notice to identify contractors capable of repairing HVAC systems in multiple buildings at Joint Base Lewis-McChord (JBLM), Washington. The project involves the installation of energy-efficient HVAC systems with Direct Digital Control (DDC) capabilities, specifically in Buildings 9690 and J00567, with an estimated contract value between $5 million and $10 million. This initiative is crucial for maintaining operational efficiency and comfort in military facilities, and interested firms are required to submit a five-page capabilities package by May 16, 2025, to the designated contacts, Christopher Baroldy and Brett Vegeto, at their respective email addresses. Contractors must also be registered in the System for Award Management (SAM) to be eligible for future awards.
US Coast Guard Sturgeon Bay Housing Painting
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for interior painting services at housing units located in Sturgeon Bay, Wisconsin. Contractors are required to prepare surfaces, remove obstructions, and apply a minimum of two coats of paint while adhering to specified color schemes and quality standards. This project is crucial for maintaining the aesthetic and functional integrity of Coast Guard facilities, reflecting the government's commitment to quality service. Interested vendors must submit their quotes on business letterhead, including a breakdown of materials and labor, to Jordan Drew at JORDAN.G.DREW@USCG.MIL, with a deadline for proposals and a requirement to register in the System for Award Management (SAM) prior to bidding.
RFP#ISD_365984KMW - Water-cooled HVAC System @ PW7
Buyer not available
The Department of Energy, through Fermilab, is seeking proposals for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 (PW7) facility in Batavia, Illinois, under RFPISD365984KMW. This procurement is set aside for small businesses and emphasizes a Lowest Price Technically Acceptable (LPTA) approach, requiring bidders to demonstrate HVAC industry experience, compliance with safety regulations, and adherence to the Davis-Bacon Act for wage standards. The project is critical for maintaining operational efficiency and safety at Fermilab, with a completion deadline of May 9, 2025. Interested parties must submit their proposals, including a bid guarantee of 20% of the proposal price, by the specified deadlines, and can contact Kody M. Whittington at kwhittin@fnal.gov or 630-840-6898 for further details.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
Ft Drum Bldg NY112 HVAC Repairs
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking qualified contractors to perform HVAC repairs at Fort Drum Training Building NY112 in New York. The project involves the removal and replacement of three PTAC units, two outdoor condensing units, and indoor DX coils, as outlined in the Statement of Work (SOW). This procurement is critical for maintaining the operational efficiency and comfort of the facility, ensuring that it meets the necessary standards for training and support activities. Interested small businesses are encouraged to reach out to Emily Schlee at emily.schlee.civ@army.mil or call 609-562-3774 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
HVAC EQUIPMENT REPAIRS AND REPLACEMENT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The primary objective of this contract is to restore operational capacity to the HVAC system by addressing critical issues, including the replacement of an inoperable hot water boiler and the repair of a refrigerant leak in the air handling unit. This project is vital for maintaining environmental control systems essential for the facility's operations, ensuring compliance with federal standards and enhancing overall efficiency. Interested contractors, particularly those classified as small businesses, must submit their bids by April 29, 2025, with a total contract value of approximately $19 million, and are encouraged to contact Henry Barron at henry.d.barron@usace.army.mil for further details.
45--Supply, Deliver and Install Mini HVAC Unit, Whiske
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler with a new mini-split system, requiring the contractor to manage the removal of the old unit, installation of the new system, and compliance with environmental and operational regulations. This procurement is vital for maintaining a safe and comfortable environment for park staff and visitors, with a completion deadline of 21 days post-contract award. Interested parties must submit their quotations by April 22, 2025, with the anticipated award date set for May 5, 2025; for inquiries, contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018.
USNS LEWIS AND CLARK AHU COIL REPAIRS
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of air-conditioning and refrigeration equipment, specifically cooling coils for air handling units, to be delivered to Norfolk, Virginia. This procurement is critical for maintaining crew habitability and operational readiness aboard naval vessels, with an urgent requirement for delivery by June 13, 2025, to prevent work stoppage. The total anticipated value of the contract is $39,611, and interested vendors must submit their quotes by 10:00 AM EST on April 29, 2025, ensuring compliance with all specified Federal Acquisition Regulation (FAR) clauses. For further inquiries, vendors may contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.