HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) SERVICES USCG STA PORT ARANSAS, TX
ID: 70Z02925QNEWO0003Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) services at the Coast Guard Station in Port Aransas, Texas. The procurement involves preventive maintenance and emergency service calls to ensure operational efficiency and compliance with industry standards, requiring contractors to develop a Quality Control Plan and respond to service requests within specified timeframes. This contract is particularly significant as it promotes small business participation, being set aside for Women-Owned Small Businesses (WOSB), and includes provisions for sustainability and compliance with federal labor standards. Interested bidders can contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or 361-939-0421 for further details, with the contract duration potentially extending up to five years.

    Files
    Title
    Posted
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to HVAC service maintenance at STA Port Aransas. It specifies the requisite forms and details such as contractor information, solicitation deadlines, and item numbers, emphasizing a firm fixed price structure for the contract. The procurement aims to establish terms for maintenance services over a specified period, with the possibility of extending the contract through options outlined for a total duration of up to five years. Key clauses of relevance include the performance requirements by the contractor, limitations on subcontracting, compliance with labor standards and minimizing costs, and provision of services in accordance with federal regulations. There are stipulations ensuring laborers are compensated at the minimum wage set by executive orders and various labor law compliance mandates. The document serves to facilitate the procurement process by detailing essential information necessary for the participation of qualified bidders, ultimately aimed at promoting small business participation in federal contracts, particularly among women-owned enterprises. Overall, it reflects the government’s initiative to encourage equitable business opportunities and uphold standards for service delivery in federal contracts.
    This government file details updated provisions and clauses applicable to federal solicitations and awards, particularly emphasizing sustainability and environmental considerations. Key elements include updates aligned with the System for Award Management (SAM), introducing new representation requirements for bid submissions regarding biobased products and sustainability practices. Specific provisions like 52.204-8 on annual representations and certifications and various clauses such as 52.223-1 Biobased Product Certification and 52.223-10 Waste Reduction Program are included, setting standards for environmental compliance. The document instructs that certain outdated representations from SAM should not influence evaluation processes, ensuring only relevant and current information is considered. Furthermore, it mandates contractors to report biobased product usage annually and establish waste reduction programs in conjunction with federal regulations. The emphasis on sustainability reflects the government’s commitment to fostering environmentally responsible practices in procurement while supporting small businesses through inclusive representation standards. Overall, this file effectively frames the necessity for compliance with evolving environmental policies while maintaining the integrity of the federal contracting process.
    The Performance Work Statement (PWS) outlines the requirements for HVAC services at the United States Coast Guard Station Port Aransas, TX. The contract entails preventive maintenance services to ensure operational efficiency and compliance with industry standards. The contractor is responsible for providing personnel, management, materials, and equipment necessary for the performance of HVAC services at specified Coast Guard locations, while the Government will not furnish additional resources. Key aspects of the contract include the development of a Quality Control Plan to monitor performance, defined working hours, and security requirements for contractor personnel. The contractor must respond to routine service calls within 24 hours and to emergency calls within 2 hours, also providing thorough documentation for all services rendered. Specific tasks, such as routine preventive maintenance and emergency service calls, are detailed with timelines and reporting requirements outlined. This PWS establishes a structured framework to ensure accountability, quality of service, and compliance with safety protocols, highlighting the government's expectation for high standards of performance in maintaining HVAC systems within their facilities. The document serves as a comprehensive guide for bidders to understand service expectations and operational standards while ensuring alignment with federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at the Station South Padre Island main building in Texas. Contractors are required to conduct a site visit for accurate assessments prior to submitting their proposals, with the contract awarded to the lowest-priced technically acceptable bidder, exclusively set aside for small businesses. The project involves troubleshooting and repairing HVAC systems, ensuring compliance with safety regulations, and completing the work within 90 days of the notice to proceed, with a projected expenditure between $25,000 and $100,000. Interested contractors should contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Susan B. Lawson at susan.b.lawson@uscg.mil for further details.
    HVAC Replacement for USCG Station Panama City, Florida (Amendment 1)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to replace two HVAC units at the Coast Guard Station in Panama City, Florida. The project requires the installation of one 5-ton and one 3.5-ton HVAC unit, adhering to Florida's building codes and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and comfort within the facility. Interested contractors must submit their quotes by 1:00 PM CDT on March 17th, with all work to be completed within 30 calendar days of receiving the notice to proceed. For further inquiries, potential bidders can contact Joel Ivy at joel.s.ivy@uscg.mil or 504-253-4507.
    HVAC QUARTERLY PM FOR FLOWER GARDEN BANKS NMS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide quarterly preventative maintenance services for HVAC systems at the Flower Garden Banks National Marine Sanctuary in Galveston, TX. The procurement aims to ensure the effective operation of HVAC systems through comprehensive maintenance, which includes both quarterly and monthly tasks, with a focus on technical proficiency and past performance in evaluations. This contract is a total small business set-aside under NAICS code 238220, with a small business size standard of $19 million, and includes a base year from April 1, 2025, to March 31, 2026, along with two optional extension years. Interested contractors must submit their quotes by March 18, 2025, and are encouraged to participate in a site visit to better understand the scope of work; for further inquiries, they can contact Michelle Walton at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.
    CSS 88762 - HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for HVAC repair services under the contract title CSS 88762. This procurement is set aside for small businesses and aims to address maintenance needs for heating, ventilation, and air conditioning systems, which are critical for ensuring operational efficiency and comfort in office buildings. Interested contractors should note that the primary point of contact for this opportunity is Ryan Nicklous, who can be reached at ryan.p.nicklous.civ@army.mil or by phone at 609-562-5014, with a secondary contact available as well. Further details regarding submission requirements and deadlines will be provided in the solicitation documents.
    USCG ESCANABA SHIP PREHEATER PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply preheater parts for the USCG Cutter ESCANABA, which has identified all its preheaters as inoperable. The procurement aims to deliver critical heating elements necessary for the cutter's operational readiness, particularly during cold weather conditions, with specific part numbers and technical specifications outlined in the Statement of Work. Timely delivery of these components is essential, as they must arrive before the cutter's scheduled sail date of May 5, 2025, to ensure the safety and efficiency of the crew. Interested parties should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or call 757-628-4801 for further details regarding this total small business set-aside opportunity.
    Dining Facility HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to perform HVAC repair services for dining facilities under the jurisdiction of the W7ND USPFO Activity MDANG 175. The procurement aims to address maintenance and repair needs for refrigeration, air conditioning, and air circulating equipment, which are critical for ensuring a comfortable and safe dining environment for personnel. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation, and falls under the NAICS code 238220. Interested contractors can reach out to Kerry Guy at kerry.guy@us.af.mil or by phone at 301-222-6021 for further details regarding the solicitation process.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.
    HVAC QUARTERLY PM FOR FLORIDA KEYS MARINE SANCTUAR
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for HVAC quarterly preventative maintenance services for the Florida Keys National Marine Sanctuary in Key West, Florida. The procurement requires contractors to provide labor, equipment, and materials for the maintenance of a closed-loop chilled water system, with a performance period starting April 15, 2025, and extending through a base year and up to four option years. This service is crucial for ensuring the operational efficiency and reliability of HVAC systems within the sanctuary, which plays a vital role in environmental conservation efforts. Interested small businesses must submit their proposals by March 11, 2025, and can contact Michelle Walton at michelle.walton@noaa.gov or 757-605-7411 for further information.
    NSSC HVAC Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. The contractor will be responsible for providing comprehensive maintenance services for HVAC systems, ensuring compliance with federal, state, and local regulations, including ASHRAE standards, while maintaining system performance and safety in various climatic conditions. This contract is crucial for ensuring the operational efficiency and safety of the facility's HVAC systems, which support the overall mission of the Department of Defense. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil for further details.