USCGC Healy Chill Water Plant Assessment
ID: 70Z08526Q2078Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, 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 perform a chill water plant assessment for the CGC Healy in Seattle, Washington. The contractor will be responsible for disassembly, inspection, repair, modification, calibration, testing, assessment, and reassembly of the chill water/air conditioning systems aboard the vessel. This assessment is crucial for maintaining the operational integrity of the CGC Healy's cooling systems, ensuring they function effectively during missions. The contract is a total small business set-aside under NAICS code 238220, with a performance period from December 27, 2025, to January 4, 2026. Interested parties should submit their proposals electronically to the designated contacts, Sean McTague and Jason Garris, by the specified deadline, ensuring compliance with all outlined requirements and regulations.

    Files
    Title
    Posted
    This document, FAR CLAUSES FOR SOLICITATION 70Z08526Q2078, lists federal acquisition regulations incorporated by reference for a fixed-price service contract below the simplified acquisition threshold. It outlines various clauses covering contractor responsibilities and prohibitions. Key areas include system for award management (SAM) compliance, restrictions on hardware/software from certain foreign entities like Kaspersky Lab and ByteDance, and prohibitions on contracting with inverted domestic corporations. The document also details requirements for small business set-asides and re-representation, labor standards covering convict labor, equal opportunity, veterans, workers with disabilities, and fair labor, and combating human trafficking. Additionally, it addresses environmental concerns, privacy, restrictions on foreign purchases, promoting excess food donation, and encouraging safe driving. Financial clauses cover electronic payments, accelerated payments for small business subcontractors, and dispute resolution. Finally, the document includes terms for government property protection, work delays, contract changes, and termination for convenience or default. It also notes that SAM updates may not always align with current policy updates, leading to potential discrepancies in required representations.
    The document outlines Federal Acquisition Regulation (FAR) provisions for Solicitation 70Z08526Q2078, focusing on compliance requirements for offerors. Key provisions include prohibitions on contracting with entities requiring certain confidentiality agreements (FAR 52.203-18) and inverted domestic corporations (FAR 52.209-2). Offerors must register with the System for Award Management (FAR 52.204-7) and report Commercial and Government Entity Codes (FAR 52.204-16), as well as ownership or control information (FAR 52.204-17). Instructions for offerors cover commercial products and services (FAR 52.212-1), with specific guidance on subcontractor disclosure for those performing over 20% of the contract value or critical elements. The government will evaluate proposed subcontractors for technical capability and performance risk. Additionally, the solicitation includes small business program representations (FAR 52.219-1) and a notice for total small business set-aside (FAR 52.219-6). A significant section details FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures, requiring offerors to represent whether they are subject to exclusion or removal orders related to covered articles (information or operational technology) and to disclose such information immediately if an order is issued after offer submission. This ensures supply chain security and compliance with federal acquisition regulations.
    This document outlines the general requirements for commercial contractors performing vessel repairs on Coast Guard vessels at a Coast Guard facility. It references several Coast Guard Standard Specifications (SFLC Std Spec 0000, 0740, and 5550) for general requirements, welding, and fire prevention. Contractors must conform to all specified requirements, including providing fire watch personnel and equipment, adhering to welding and brazing standards, and submitting a Fire Prevention Plan. A specific work item details the assessment of three chilled water plants aboard the HEALY, including requirements for a Qualified Technical Representative, protective measures, refrigerant handling by EPA-certified personnel, and an initial operational test. The contractor must assess problems within each chilled water plant and provide a report detailing root causes, recommended materials, lead times, and preventative suggestions. After assessment, the affected systems must be restored to their as-found condition, followed by a post-repair operational test. Contact information for questions is provided, and the location for the work is the CGC Healy in Seattle, WA.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC Healy Crane Smart Equipment
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure and install Crane Smart Load Management Interface (LMI) kits for the USCGC Healy, aimed at replacing outdated systems. The procurement involves providing specific brand-name components, including color-touch screen display panels, anti-2-block switches, load cells, and boom angle transmitters, necessary for the integration and calibration of new computer systems with existing cranes. This upgrade is crucial for enhancing the operational efficiency and safety of the vessel's crane systems. Interested contractors should note that the period of performance for this contract is ninety calendar days from the award date, and inquiries can be directed to Igor Guerrero at igor.guerrero@uscg.mil.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the CGC NORTHLAND FY26 Unplanned Dockside Main Diesel Engine Renewal project, which involves replacing the main diesel engines of the CGC NORTHLAND (WMEC-904) while the vessel is pier-side at CG Base Portsmouth, Virginia. Contractors are required to submit a preliminary work plan detailing their proposed equipment removal approach, as the Coast Guard does not have a pre-existing plan for this first-time undertaking. This project is critical for maintaining the operational readiness of the vessel, and the solicitation emphasizes the importance of technical capability and past performance in the evaluation process. Interested parties must submit their quotes by December 29, 2025, with the performance period set from February 2, 2026, to April 27, 2026. For further inquiries, contact Monica Paul at monica.w.paul@uscg.mil or Kaity George at kaity.george@uscg.mil.
    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.
    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.
    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.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    USCGC Paul, Clark Shaft Seal Tech Rep
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide technical representation for the installation and testing of X2 propulsion shaft seals on the USCGC Paul, with work expected to commence around April 10, 2026. The contractor will be responsible for overhauling existing seals, inspecting components, and renewing expendable parts, while adhering to strict safety and environmental regulations, including compliance with OSHA and ISO standards. This procurement is crucial for maintaining the operational readiness of the vessel, and interested parties must submit their quotes by January 5, 2026, to Jariel Ocasio at jariel.o.ocasiorodriguez@uscg.mil, ensuring all submissions include the required drawings and comply with the outlined specifications.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.