Purchase and Installation of Vertical Air Make Up System
ID: 70Z03825QK0000019Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MODIFICATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (K036)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:30 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors for the purchase and installation of a Vertical Air Make Up System at its facility in Elizabeth City, North Carolina. The procurement involves the removal of the existing system and the installation of a new, energy-efficient unit with a capacity of 35,000 CFM, adhering to current electrical codes and safety regulations. This project is critical for maintaining operational efficiency within the paint booth and ensuring compliance with environmental standards. Interested small businesses must submit their quotations by April 17, 2025, with the anticipated award date set for April 21, 2025. For further inquiries, contact Jackson Perry at Jackson.S.Perry@uscg.mil.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 6:05 PM UTC
The USCG Aviation Logistics Center (ALC) emphasizes environmental compliance and safety for visitors and contractors at Base Elizabeth City. It mandates adherence to federal, state, and local environmental regulations, and the use of personal protective equipment (PPE) when handling hazardous materials. Chemical Safety Data Sheets (SDS) must accompany any chemicals brought on-site, which must be managed responsibly. ALC enforces strict policies for air quality, stormwater management, waste disposal, and recycling. Spills must be reported, and certain materials require prior approval for use to prevent contamination and ensure safety. Visitors must check in upon arrival, follow site-specific rules such as speed limits, and are subject to ID checks. Weapons and personal electronic devices are prohibited in operational areas. The document underscores the facility's commitment to safety and environmental health management, aligning with ISO standards. It details procedures for hazard communication, health and safety reporting, and proper equipment usage. Overall, the guidelines ensure a safe working environment while promoting environmental stewardship at ALC. This document not only serves as a regulatory reference for contractors and visitors but also aligns with governmental oversight in maintaining safety and environmental standards within federal operations, possibly reflecting compliance measures relevant to government RFPs and grants focused on environmental health initiatives.
Apr 2, 2025, 6:05 PM UTC
The Statement of Work (SOW) outlines the replacement of the vertical air make-up system within the paint booth at the United States Coast Guard's Aviation Logistics Center in Elizabeth City, NC. The project requires the existing system's removal and installation of a new, energy-efficient 35,000 CFM unit with specific configurations and compliance with current electrical codes. Key tasks include staging materials for disposal, facilitating site visits for contractors, and ensuring safety and environmental regulations are followed. The contractor must coordinate on-site operations, provide equipment and materials, and ensure effective installation while adhering to predetermined delivery schedules. The project emphasizes thorough preparation, compliance with relevant codes, and focuses on a completion deadline of June 24, 2025. Additional provisions include insurance requirements and a strict tobacco policy, reflecting the operational standards set by the USCG. This SOW serves as a clear directive for contractors bidding on this government project to ensure proper execution meets the outlined specifications and health/safety protocols.
This combined synopsis/solicitation outlines the requirements for installing a Vertical Air Make Up System under a federal contract. Offers will be evaluated based on technical acceptability and price, with awards given to the lowest priced, technically acceptable proposal. Technical acceptability is determined by the capability to meet the specifications outlined in the Statement of Work (SOW). It specifies that quotations should include pricing for one system, detailing any quantity discounts and payment terms. The document also includes eligibility representations, such as small business status and compliance with various federal regulations regarding labor standards, reporting, technology usage, and the protection of contractor information systems. Contractors must adhere to detailed guidelines for quality assurance, packaging, shipping, and invoicing to ensure compliance with government standards. This RFP reflects the government’s emphasis on selecting qualified vendors based on competitive pricing and adherence to technical specifications while emphasizing regulatory compliance and risk management throughout the supply chain.
Apr 2, 2025, 6:05 PM UTC
This document pertains to a federal government Request for Proposal (RFP) focusing on the installation of a Vertical Air Make Up System, as outlined in contract number 70Z03825QK0000011. The document lists three line items for quotation: the Air Make Up System, Intake & Discharge, and an unspecified third item, each with a quantity of one and no associated prices indicated (all marked at $0.00). The total estimated cost is also $0.00. Proposals must include any additional charges or fees, along with prompt payment discounts, clearly stated in the response. Questions regarding the completion of this quotation form can be directed to the designated contact, Jackson S. Perry at the U.S. Coast Guard. The document emphasizes the need for contractors to provide detailed financial information in compliance with federal procurement protocols to ensure clarity and accountability.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
FAN COIL UNITS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of various fan coil units through a combined synopsis/solicitation process. The requirement includes multiple specific models of fan coil units, which are essential for maintaining climate control in maritime environments, with strict adherence to specifications and no substitutions allowed without prior approval from technical experts. Interested vendors must deliver the specified items to the U.S. Coast Guard Surface Forces Logistics Center in Baltimore, MD, by July 15, 2025, and are required to comply with various Federal Acquisition Regulations. For further inquiries, vendors can contact SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or by phone at 571-613-2506.
37240PR250000029 SECTOR LAKE MICHIGAN HVAC RENEWAL
Buyer not available
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.
USCG James Oven Fan relacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a replacement supply fan for the Coast Guard Cutter (CGC) JAMES, necessitated by the failure of the existing unit. The required fan is a Vaneaxial model (XA1-1/2A4W5) manufactured by American Fan Co, designed for marine applications, with specifications including a 440-volt, 3-phase, 1.25 horsepower motor capable of 3600 RPM and featuring 7 impeller blades. This procurement is critical for maintaining the operational readiness and compliance of the vessel, ensuring it meets necessary performance standards. Interested vendors should direct inquiries to Justin Wooldridge or Lindsay Mongiovi via the provided contact details, with a delivery deadline set for May 15, 2025.
FUEL SYSTEM PARTS KIT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Fuel System Parts Kit under a combined synopsis/solicitation format. This procurement is aimed at acquiring essential components, including a fuel system parts kit, carburetor assembly, and rubber gasket, which are critical for maintaining the operational readiness of Coast Guard vessels. The contract is set aside exclusively for small businesses, with a firm fixed price contract anticipated, and all items must be sourced from the original equipment manufacturer or authorized distributors to ensure compliance with safety standards. Interested vendors must submit their quotes by April 7, 2025, at 12:00 PM EST, and can direct inquiries to Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or by phone at 571-607-2369.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.
Shipboard Ventilation
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide shipboard ventilation systems under a Total Small Business Set-Aside contract. The procurement involves a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for ventilation supplies, with a five-year ordering period from September 1, 2025, to August 31, 2030, focusing on materials that meet military and industry standards for shipboard habitability. This opportunity is critical for enhancing the living conditions aboard naval vessels, ensuring compliance with stringent quality and inspection protocols. Interested vendors must submit their quotes by the specified deadline and can direct inquiries to Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or Joseph Frech at joseph.frech@navy.mil.
52000QR250002277 MEC FAN CONTROLLERS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide 26 Engine Room Fan Controllers for the WMEC 270 A & B Class Cutters as part of its fiscal year 2025 procurement initiatives. These controllers are essential for managing the Buffalo Forge Corp. Engine Room Exhaust Fan and must include features such as local and remote operation, safety interlocks, and light indicators, while adhering to various military and commercial standards for electrical and environmental performance. Interested parties are invited to submit firm fixed-price quotations by May 5, 2025, at 09:00 A.M. Eastern Standard Time, with all submissions directed to Timothy Ford at timothy.s.ford@uscg.mil and Patricia Fremming at Patricia.M.Fremming@uscg.mil.
HEATER, DUCT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of duct heaters, specifically the KVU-125-2000W model from Russ Equipment Co Inc, with a total quantity of 11 units required. These heaters are critical components used in air-handling systems to provide additional heating to interior spaces, ensuring operational efficiency and comfort. The procurement is anticipated to be a non-competitive sole source purchase, with the award based on the lowest price technically acceptable offer, and is expected to be finalized by April 8, 2025, at 9:00 AM Eastern Standard Time. Interested vendors must submit their quotations via email to Eric Goldstein at Eric.I.Goldstein@uscg.mil and ensure compliance with all specified requirements, including registration with the System for Award Management (SAM).
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
Base Elizabeth City Oil Water Separator Cleaning
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the cleaning, inspection, analysis, and disposal of waste from an oil water separator (OWS) at Base Elizabeth City in North Carolina. The contractor will be responsible for providing all necessary supervision, labor, transportation, equipment, parts, tools, and materials to ensure the OWS is properly serviced, adhering to safety and environmental compliance standards. This procurement is critical for maintaining operational readiness and environmental standards, as the OWS is essential for managing wastewater and preventing contamination. Interested small businesses must submit their quotes via email by noon on April 10, 2025, and are encouraged to attend a site visit on April 3, 2025, for coordination. For further inquiries, contact Tami Clark at tami.n.clark@uscg.mil or by phone at 15716102397.