Replace leaking HVAC condenser coil
ID: 70Z02925QNEWO00000001Type: 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

REPAIR OR ALTERATION OF HEATING AND COOLING PLANTS (Z2NB)

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 replace a leaking HVAC condenser coil assembly at its facility in Pine Bluff, Arkansas. This procurement is designated as a Total Small Business set-aside under NAICS Code 238220, with an estimated construction cost ranging from $25,000 to $100,000. The selected contractor will be responsible for ensuring minimal disruption to operations while adhering to federal safety and procurement standards, including compliance with the Buy American Act. Quotes are due by 12:00 PM CST on November 5, 2024, and must be submitted electronically to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil. Interested parties are encouraged to inspect the site and direct any questions to the designated Contracting Officer Representative by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FAC 2023-01 pertains to federal contracting guidelines focused on small business program representations and compliance with Buy American requirements for construction materials. It outlines various classifications of small businesses, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), providing definitions crucial for federal procurement processes. The document delineates requirements for contractors to represent their small business status accurately and includes specific clauses related to the Buy American Act, which prioritizes domestic over foreign construction materials. It details stipulations for evaluating offers, including requests for exceptions to the Buy American requirements based on unreasonable costs. The guidelines stress the importance of accurate representation in contracting to prevent fraud, outlining penalties for misrepresentation. Additionally, the document includes proper procedures for invoice submissions through the government's electronic platform, highlighting the importance of compliance in federal contracting processes. This framework promotes equitable access for diverse business classifications while ensuring adherence to federal procurement policies. Overall, the document aims to establish clear expectations for small business participation and compliance with federal regulations in construction contracts.
    The document is a solicitation notice for a Request for Quotation (RFQ) issued by the U.S. Coast Guard for construction services at their facility in Pine Bluff, Arkansas. The primary task involves replacing a leaking HVAC condenser coil assembly. This RFQ is part of a small business set-aside program under the NAICS code 283220, with a size standard of 19K. The contract will be awarded to the lowest-priced qualified offeror, and all bids must be submitted electronically by noon CST on November 5, 2024. Offerors are encouraged to inspect the site prior to submitting quotes, and any questions must be directed to the designated Contracting Officer Representative by the specified deadline. The solicitation attaches relevant Federal Acquisition Regulation (FAR) clauses and construction wage rates applicable to the project. Lastly, all work is to be coordinated through the provided contacts to minimize disruption to the U.S. Coast Guard’s operations.
    The United States Coast Guard is soliciting proposals for the replacement of a leaking HVAC condenser coil at its facility in Pine Bluff, Arkansas. Interested contractors are urged to inspect the site to assess the work required. The project includes careful scheduling to minimize disruption of normal operations, notification of work commencement, and adherence to safety protocols compliant with OSHA standards. Contractors must manage site refuse according to regulations and protect all materials at their own risk. Additionally, contractors are responsible for verifying utility locations to prevent damage during construction and must submit necessary documentation, including installation instructions and operational manuals, prior to project initiation. The work scope details steps such as evacuating refrigerant, removing and installing the condenser coil, and conducting system checks while maintaining communication with Coast Guard officials. A warranty for the equipment is required for one year post-completion. This RFP illustrates the Coast Guard's commitment to maintaining operational facilities while ensuring compliance with federal safety and procurement standards.
    Scott Systems, Inc., a corporate entity based in Pine Bluff, Arkansas, is registered and active in the System for Award Management (SAM) until September 30, 2025, facilitating their eligibility for federal awards and contracts. Founded in 1977, the company specializes in plumbing, heating, and air-conditioning services, categorized under NAICS codes 238220 and 332322. With annual receipts of $5,044,556 and a workforce of 35 employees, it is recognized as a for-profit organization and a woman-owned small business. The company's physical and mailing addresses are provided, along with points of contact, notably owner Janet Hartz and project coordinator Sarah Lee. Scott Systems holds certifications as a Department of Transportation (DOT) certified Disadvantaged Business Enterprise (DBE) and is listed in the disaster response registry, indicating its capacity to respond to emergencies without needing to secure bonding for contracts. The firm is committed to transparency by allowing its non-sensitive information to appear in public search results. The document outlines the company's operational and financial standings relevant for potential government contracting and grant opportunities, emphasizing its compliance with existing federal regulations and the importance of maintaining an active SAM registration for business accessibility in government procurement processes.
    This solicitation document outlines the U.S. Coast Guard's request for proposals (RFP) relating to the replacement of a leaking HVAC condenser coil assembly at their Pine Bluff, Arkansas facility. Designated as a Total Small Business set-aside, the project falls under NAICS Code 238220, with an estimated construction cost between $25,000 and $100,000. The contract will be awarded to the lowest-priced offeror that meets technical acceptability. All bidders must comply with performance and payment bond requirements and be registered with the System for Award Management (SAM). Offers must be submitted in sealed envelopes and are subject to specific terms outlined in the solicitation. The Coast Guard emphasizes coordination with the designated Contracting Officer Representative to minimize operational disruptions during work execution. The evaluation process aims to assess quotes based on technical merit and price, ensuring compliance with federal acquisition regulations and relevant labor wage rates.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FAN COIL ASSY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Fan Coil Assemblies (FCA 25, Type II) as part of an emergent requirement. These units, identified by NSN 4130-01-641-9676, are critical components for the 270 WMEC vertical fan coil unit, and must be individually packaged in compliance with ASTM-D-3951 standards, ensuring proper preservation and marking for safe delivery. Interested vendors must submit their quotations by October 31, 2024, at 10:00 AM Eastern Standard Time, and are required to be registered in the System for Award Management (SAM) with a valid DUNS number. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    COFFERDAM INSTALLATION AND REMOVAL AND FULL HULL CLEANING
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the installation and removal of cofferdams and full hull cleaning services for the Coast Guard Cutter (CGC) Reliance. The project requires specialized services, including the provision of a Sea chest air conditioning unit, as part of the cutter's annual maintenance, scheduled to take place from November 4 to November 8, 2024, in Pensacola, Florida. This procurement is critical for maintaining the operational efficiency of the CGC Reliance within the U.S. Coast Guard fleet. Interested vendors must submit their firm fixed price proposals by October 28, 2024, and can direct inquiries to Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil or Damon Jones at damon.d.jones@uscg.mil.
    Renew Chill Water Piping Insulation, Renew Bulkhead Insulation and Conduct Bulkhead Repairs
    Active
    Homeland Security, Department Of
    Combined Synopsis/Solicitation Homeland Security, Department of is seeking to renew chill water piping insulation, renew bulkhead insulation, and conduct bulkhead repairs. This procurement is for the maintenance and repair of ship and marine equipment. The work will be performed in Greenville, MS (zip code: 38701), USA. The primary contact for this procurement is Kyler Fisk (email: KYLER.C.FISK@USCG.MIL, phone: 9492881271), and the secondary contact is Jeramyah George (email: JERAMYAH.W.GEORGE@USCG.MIL, phone: 5104375436). For more details, please refer to the attached Statement of Work.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    CGC SPAR DUCTWORK REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC SPAR Ductwork Repair project, which involves the repair of a failed flexible duct joint in the engine room of the USCGC SPAR (WLB-206) located in Duluth, Minnesota. The contractor will be responsible for providing all necessary personnel, tools, and materials to ensure the repair is completed in compliance with security protocols and operational safety standards, with work scheduled to take place from October 30, 2024, to November 30, 2024. This procurement is critical for maintaining the operational integrity of the vessel and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, requiring contractors to be registered with the System for Award Management (SAM). Interested vendors must submit their official quotes by 8:00 AM Pacific Time on October 29, 2024, and can direct inquiries to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL.
    AXE VENTILATION FAN REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair the ventilation fan motor for the USCGC AXE, a 75-foot WLIC asset, following damage incurred during a thunderstorm. The contractor will be responsible for providing all necessary labor, materials, and tools to restore the motor to operational specifications, which includes disassembling, inspecting, overhauling, rewinding, and testing the motor before shipping it back to Morgan City, Louisiana. This procurement is critical for ensuring the operational readiness of the USCGC AXE's ventilation system, with a contract period limited to seven calendar days and mandatory daily progress meetings with the Engineer Petty Officer. Interested vendors must submit their official quotes, including a SAM.gov registered DUNS number, by 8:00 AM Pacific Time on November 1, 2024, to the primary contact, Donna O'Neal, at Donna.J.O'Neal@uscg.mil.
    CGC LEGARE HULL- BLAST POT AND DUST COLLECTOR RENTAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of two 160 cubic foot blast pots and two 50K CFM dust collectors for the maintenance of the CGC LEGARE hull, with the rental period set from November 7, 2024, to May 7, 2025. This procurement is crucial for ensuring effective maintenance operations on the vessel, requiring the contractor to provide timely repairs and technician support in case of equipment malfunction. Interested vendors must submit their quotes via email to Erica Gibbs by November 8, 2024, at 4:00 PM Eastern, and the contract will be awarded based on a best value evaluation considering technical requirements, deadlines, and pricing. For further inquiries, vendors can contact Erica Gibbs at 206-815-5371 or via email at Erica.L.Gibbs@uscg.mil.
    CGC LEGARE HULL - COMPRESSOR RENTAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of two 1800 CFM Tier 3 compressors along with associated equipment for the maintenance of the CGC Legare hull. The procurement aims to secure reliable equipment necessary for maintenance tasks, including blasting chain lockers and tanks, with a rental period from November 7, 2024, to May 7, 2025. This opportunity is set aside for small businesses, and interested vendors must submit their quotes by November 8, 2024, at 4:00 PM Eastern Time, to Erica Gibbs at Erica.L.Gibbs@uscg.mil. The contract will be awarded based on best value criteria, considering technical requirements, deadlines, and pricing.
    WINSLOW, GRIESSER TECHNICAL SERVICE BUILD / INSTALL / TESTING OF SHAFT SEALS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide technical services for the build, installation, and testing of shaft seals for the Coast Guard Cutter Winslow, Griesser, at the U.S. Coast Guard Yard in Baltimore, Maryland. The contractor will be responsible for overseeing the installation and testing of propulsion shaft seals, which includes cleaning, inspecting, and renewing various components, with work scheduled to commence around December 1, 2024. This project is critical for maintaining the operational efficiency and safety of the vessel, adhering to stringent quality management and safety protocols, including compliance with OSHA standards and the RAPIDGate Program for secure access. Interested vendors must submit their quotes by November 1, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure adherence to all specified regulations and requirements outlined in the solicitation and attached Statement of Work.
    USCGC NAUSHON Annual FM200 Inspect & Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the annual inspection and testing of the FM200 fire suppression system aboard the USCGC NAUSHON. The contractor will be responsible for conducting the inspection in accordance with established guidelines, ensuring compliance with safety protocols, and providing recommendations for any necessary repairs. This procurement is critical for maintaining the operational readiness of the fire suppression system, which is vital for safety during maritime operations. Proposals must be submitted by October 28, 2024, at 10:00 A.M. Eastern Standard Time, and interested parties should contact Cornelius Claiborne at cornelius.N.claiborne@uscg.mil for further details.