STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
ID: 70Z02925QNEWO0013Type: 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 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.

    Files
    Title
    Posted
    The United States Coast Guard Station South Padre Island is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at its main building. The bid solicitation emphasizes that contractors must visit the facility for accurate assessments before submitting their proposals. The contract will be awarded to the lowest-priced technically acceptable bidder, specially set aside for small businesses. Compliance with SAM.gov registration is mandatory. The scope includes troubleshooting and repairing failed HVAC components, with the work to be completed within 90 days following the notice to proceed. Additionally, contractors must submit a breakdown of work performed by their own forces alongside the cost schedule. Essential federal clauses, particularly those related to labor standards and subcontracting, are incorporated within the contract specifications. The projected expenditure is between $25,000 and $100,000, reinforcing the government's commitment to transparency and maintaining regulations related to federal contract awards.
    This document outlines updated provisions related to the System for Award Management (SAM) and federal procurement regulations, specifically focusing on the integration of sustainability into solicitations and awards. It highlights that certain representations related to greenhouse gas emissions and biobased products are not to be considered if they are excluded from agency solicitations. Key clauses added to solicitations include: - Annual Representations and Certifications - Biobased Product Certification - Reporting of Biobased Products in Service and Construction Contracts - Waste Reduction Program - Sustainable Products and Services The document mandates that contractors report on biobased products purchased and implement waste reduction strategies, ensuring compliance with federal environmental guidelines. It also stresses the importance of certifications relating to small business participation and various ethical considerations in procurement. Overall, the aim is to promote compliance with sustainability initiatives and enhance regulatory alignment within government contracting processes. This addresses both ecological responsibility and adherence to policy updates within government RFPs and grants.
    The United States Coast Guard Station South Padre Island is soliciting proposals for the repair of HVAC units RTU4, RTU5, RTU6, and RTU7 in its main building. Interested contractors are required to inspect the site prior to submitting their bids and coordinate with the Contracting Officer’s Representative (COR) to schedule work that minimizes disruption to normal operations from Monday to Friday, 7:30 AM to 4:00 PM. The scope of work includes troubleshooting and repairing HVAC systems, replacing defective components, and ensuring the units operate properly post-repair. Contractors must comply with OSHA safety regulations, maintain a clean construction area, and manage materials securely. The project mandates adherence to federal and local disposal regulations and requires that all construction personnel are US citizens or permanent residents. Once awarded, the contractor must notify the Coast Guard one week before commencing work and outline steps for minimizing risks during adverse weather. A detailed safety plan assigning responsibility for safety standards is mandatory. The entire project is expected to be completed within 90 days following contract award, with close oversight by Coast Guard representatives to ensure compliance with specifications and regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HVAC Maintenance services at Coast Guard Station Port Canaveral, FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC maintenance services at Coast Guard Station Port Canaveral, Florida. The contract requires the contractor to deliver comprehensive preventive maintenance and emergency services for HVAC systems, ensuring compliance with manufacturer standards and industry best practices over a base year with four optional extensions. This procurement is critical for maintaining operational efficiency and safety at the facility, with adherence to federal regulations and safety protocols being paramount. Interested parties can contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and must comply with wage determinations and labor standards as outlined in the associated documents.
    HVAC Replacement for USCG Station Panama City, Florida
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to replace HVAC systems at the Coast Guard Station in Panama City, Florida. The project involves the installation of three new HVAC units, air handlers, and thermostats, along with necessary wiring and plumbing adjustments, all to be completed within 30 calendar days of receiving a notice to proceed. This initiative is crucial for maintaining operational readiness at the facility while ensuring compliance with federal, state, and local regulations regarding safety and environmental standards. Interested contractors must submit their quotes by 1:00 PM CDT on March 17th, 2025, to Joel Ivy at joel.s.ivy@uscg.mil, and must be registered with SAM.gov to participate in this procurement.
    USCG Station South Padre Island Window Cleaning and Caulking
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for window cleaning and caulking services at the Coast Guard Station in South Padre Island, Texas. The project entails resealing window frames for both main and waterfront buildings to improve weatherproofing and cleanliness, requiring contractors to assess existing conditions prior to quoting. This maintenance work is crucial for ensuring operational efficiency and safety standards at the facility. Interested small businesses, particularly those owned by women, must submit proposals by the specified deadline, with a project completion timeline of 90 days post-award. For further inquiries, potential bidders can contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Jesse McDonald at Jesse.C.Mcdonald@uscg.mil.
    Upgrade Ventilation for Admin Building Training Room
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the ventilation system in the Administration Building Training Room at Base Galveston, Texas. The project involves investigating existing moisture issues, replacing materials, and enhancing climate control to improve environmental conditions for machinery while minimizing condensation problems. This procurement is crucial for maintaining operational integrity and safety standards, with a focus on small business participation under the Total Small Business Set-Aside program. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to bidding. Proposals must adhere to strict compliance with safety regulations, including OSHA standards, and the contract will be awarded based on the lowest priced technically acceptable offer. For further inquiries, contractors can contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn P. Charles at Lynn.P.Charles2@uscg.mil.
    HVAC MAINTENANCE - LONG ISLAND SOUND
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for HVAC maintenance services at the Sector Long Island Sound, focusing on the Quentin Walsh Building in New Haven, Connecticut. The project requires a thorough evaluation of the HVAC system, including flushing the water system and inspecting 40 Fan Coil Units (FCUs) for operational issues, with contractors expected to document necessary repairs and provide a detailed list of recommendations. This maintenance is crucial for ensuring operational efficiency and compliance with safety and regulatory standards in federal facilities. Interested contractors must submit a maintenance schedule, safety plan, and documentation of prior experience, with work anticipated to be completed within 45 days from contract award, expected in August-September 2025. For inquiries, contact Marketplace Support at Marketplacesupport@unisonglobal.com or call 877-933-2423.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    HVAC Repair B4012
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Condenser Unit 15 at Building 4012, Joint Base San Antonio-Fort Sam Houston, Texas. This procurement is a combined synopsis/solicitation set aside for small businesses under NAICS code 238220, focusing on HVAC repair services, which are critical for maintaining operational efficiency in military facilities. Interested contractors must submit their quotes via email by March 3, 2025, following a mandatory site visit on February 25, 2025, and ensure compliance with all technical requirements, including a one-year warranty on materials and workmanship. For further inquiries, potential bidders can contact Charles Woyome at charles.woyome.2@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    USCGC THETIS REPAIR WORK
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for repair work on the USCGC THETIS, focusing on insulation and maintenance tasks essential for operational readiness. The procurement includes an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for insulation repairs across various spaces on the vessel, as well as specific maintenance of aviation anemometers and flight deck systems, ensuring compliance with Coast Guard standards. This initiative is critical for maintaining the thermal efficiency and safety of Coast Guard vessels, reflecting the government's commitment to quality and operational effectiveness. Interested contractors can reach out to Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 206-827-0330, or Kaity George at kaity.george@uscg.mil or 757-628-4640 for further details.
    HEATER BLOCK KIT/CORE/FILTER ELEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a Heater Block Kit/Core/Filter Element. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on engaging small businesses for this contract. The goods are essential for the maintenance and operation of diesel engines and components, which are critical for the Coast Guard's maritime operations. Interested vendors should reach out to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details regarding the solicitation process.