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 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 8:30 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified small businesses to provide and install a Vertical Air Make Up System at its facility in Elizabeth City, North Carolina. The procurement includes 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 contractors 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 15, 2025, 2:05 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 15, 2025, 2:05 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 15, 2025, 2:05 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
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.
HVAC Replacement Alki Quarters A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace the natural gas furnace at Alki Quarters A in Seattle, Washington. The contractor will be responsible for all aspects of the project, including personnel, equipment, and compliance with federal, state, and local regulations, ensuring the installation of a high-efficiency furnace that meets operational standards. This project is crucial for maintaining efficient heating solutions in government facilities, and it emphasizes the importance of safety and regulatory compliance throughout the process. Interested contractors must submit their quotes by May 7, 2025, and are encouraged to schedule a site visit by April 28, 2024, with all inquiries directed to Michelle Myhra at Michelle.M.Myhra2@uscg.mil.
VANEAXIAL FANS & PARTS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Vaneaxial fans and associated parts through a combined synopsis/solicitation process. The requirement includes various items such as commercial Navy Vaneaxial fans, connectors, and air filter housings, which are critical for maintaining operational efficiency in maritime environments. Interested vendors must ensure they have an active registration in SAM.gov and comply with specific delivery timelines, with the first item due by September 22, 2025, and subsequent items required by April 13, 2025, May 13, 2025, and July 15, 2025. For further inquiries, vendors can contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil.
Base Elizabeth City Replacement of Fuel Injection Pump
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide repair services for a generator located in Building 37 at Base Elizabeth City, North Carolina. The contractor will be responsible for supplying all necessary supervision, labor, transportation, equipment, parts, tools, and materials to replace the fuel injection pump and perform associated repairs on a Caterpillar generator, adhering to safety and environmental regulations. This procurement is critical for maintaining operational efficiency at the facility, with a firm-fixed price contract anticipated based on the lowest price technically acceptable evaluation method. Interested parties must submit their quotes by 10:00 AM Eastern Time on May 9, 2025, via email to Tami Clark at tami.n.clark@uscg.mil, and ensure compliance with all submission requirements, including active registration in SAM.gov.
MH-65 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of hover landing lights as part of a combined synopsis/solicitation under solicitation number 70Z03825QB0000077. The procurement involves the repair and evaluation of three units of the hover landing light (NSN: 6210-01-HS3-0341, Part Number: 113PE01BABY00), with a focus on ensuring compliance with federal acquisition regulations and the provision of OEM parts and technical expertise. This opportunity is critical for maintaining the operational readiness of U.S. Coast Guard aircraft, emphasizing the importance of quality repairs and adherence to labor standards. Interested contractors must submit their quotes by April 28, 2025, at 9:00 AM EDT, and can direct inquiries to Selmary Melendez at Selmary.MelendezGonzalez3@uscg.mil.
MH-65 SPARE PARTS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement and repair of MH-65 spare parts, particularly focusing on regulating valves (NSN 4820-14-448-7666). The contract will involve the repair of up to 15 units, including testing and evaluation of items deemed Beyond Economical Repair (BER), with a firm-fixed price arrangement anticipated. This procurement is crucial for maintaining the operational readiness of Coast Guard aircraft, ensuring that all components meet stringent quality and safety standards. Interested vendors must submit their quotes by April 28, 2025, at 10:00 AM EDT, and direct inquiries to Raymond V. Marler at raymond.v.marler@uscg.mil, referencing solicitation number 70Z03825QB0000072.
Repair of EGI Computers for the HC-27J Aircraft
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for EGI Computers used in the HC-27J Aircraft. The procurement involves the repair of three specific parts, requiring compliance with Original Equipment Manufacturer (OEM) standards and FAA certification, with a focus on ensuring airworthiness and safety in aircraft maintenance. This opportunity is critical for maintaining operational readiness and safety standards within the Coast Guard's aviation fleet. Interested vendors must submit their quotations by April 30, 2025, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QW0000067.
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.
HC-144 Composite Panel Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for the repair of HC-144 Composite Panels through a sources sought notice. The objective is to identify qualified firms capable of providing repair services that meet the specifications outlined in the attached documentation, which includes detailed part numbers and descriptions related to aviation components. These composite panels are critical for maintaining the operational readiness and safety of Coast Guard aircraft. Interested parties must submit their capability statements and relevant information by May 6, 2025, at 4:00 p.m. EST, and can direct technical inquiries to Joshua Eure and contractual questions to Cayce Copley via the provided email addresses.
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.