Station Houston Boathouse HVAC Repairs
ID: 70Z02925QNEWO0031Type: 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

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

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 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.

    Files
    Title
    Posted
    The United States Coast Guard is issuing a request for proposals (RFP) for a firm-fixed-price contract to repair the air conditioning system at the Station Houston Boat House. All necessary labor, materials, and equipment must be provided by qualified bidders, preferably small businesses. Prior to quoting, contractors must review the Statement of Work (SOW) and are encouraged to conduct a site visit for accurate field measurements. The contractor is expected to begin within 10 calendar days post-award and must complete the work within 30 calendar days following a notice to proceed. Offers must include performance and payment bonds, and the submission deadline is strictly enforced, requiring a minimum acceptance period for government response. All contractors must be registered in the System for Award Management (SAM) and adhere to specific federal procurement regulations regarding labor standards, materials, and contractor responsibilities. The document outlines clauses regarding compliance with various federal laws, including Buy American requirements and prohibitions against using certain telecommunications and video surveillance equipment. Overall, this solicitation exemplifies federal contracting practices to ensure quality service while promoting small business participation.
    The document outlines important updates regarding the System for Award Management (SAM) in relation to federal solicitations and contract awards, particularly regarding representations and certifications. It highlights the inconsistency between system updates and policy changes, urging agencies to disregard certain representations, such as those related to greenhouse gas emissions, during contractor evaluations. The attachment specifies several clauses, including provisions related to biobased product certification and waste reduction programs, that are to be included in solicitations or awards. These require contractors to certify compliance with relevant environmental standards, report data on biobased products used, and establish waste reduction programs. The document underscores the importance of sustainable practices in federal contracting, including mandatory reporting on product types and values. Overall, the guidelines aim to promote compliance with environmental laws and foster sustainable acquisition practices within government contracts.
    This document outlines the requirements for contractors regarding the performance of work under federal construction contracts. Specifically, the clause FAR 52.236-1 mandates that contractors must complete at least 25% of the total work using their own workforce directly on the project site. This requirement can only be reduced through a supplemental agreement approved by the Contracting Officer if it benefits the government. The document further specifies that laborers, mechanics, and supervisors directly supervised by the contractor contribute to this percentage, while administrative work does not count. Contractors must submit a designated work statement alongside cost schedules and cannot alter project activity identifiers without approval. Noncompliance can result in the withholding of 15% retention on unapproved labor charges. Overall, this regulation ensures a significant portion of contracted work is performed directly by the contractor, reinforcing accountability and compliance in federal projects.
    The Department of Homeland Security, U.S. Coast Guard, is soliciting quotes for the repair of the air conditioning unit at Station Houston, Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to ensure the unit's full mission-capable status. The work scope includes repairing oil separator lines, replacing a damaged compressor, and testing the air conditioning system to ensure it operates at full capacity. Contractors must be registered in SAM.gov, submit a detailed breakdown of cost components, and comply with security protocols, including providing personnel lists and advance notice for site deliveries. The document emphasizes safety adherence and requires contractors to investigate site conditions before commencing work. Overall, this request highlights the Coast Guard's commitment to maintaining operational readiness through essential facility repairs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    USCG Station Freeport Garage Door replacement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking proposals from qualified small businesses for the replacement of garage doors at the USCG Station Freeport in Texas. The project entails the removal of existing garage doors at the MK Shop and Civil Bay, followed by the installation of new, like-kind doors equipped with electric openers, along with all necessary labor, materials, and equipment. This work is critical for maintaining operational efficiency at the facility and must adhere to OSHA safety standards, with a mandatory site visit required prior to proposal submission. Interested contractors should contact Kala Lowe at kala.m.lowe@uscg.mil or by phone at 314-269-2361 for further details, and proposals must be submitted by the specified deadline, with the total project value estimated to be under $35,000.
    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.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Repair Concrete Spalling Boat House
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the repair of concrete spalling at the boathouse located at Coast Guard Station Destin, Florida. The project requires a thorough inspection of the structural support pillars/columns, documentation of findings, and the development of a certified repair plan by a Florida-licensed Professional Engineer. This procurement is critical for maintaining the structural integrity of the facility and ensuring operational readiness. Quotes are due by 3:00 PM CST on January 6, 2026, and must be submitted via email to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil, with all inquiries directed to the same contact.
    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.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    USCG Station South Padre island Fire hydrant repair/replace
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to repair or replace fire hydrants at the Coast Guard Station in South Padre Island, Texas. The project involves conducting a site assessment, performing necessary excavations, and ensuring compliance with various safety and operational standards, including NFPA, AWWA, UPC, OSHA, and USCG regulations. This procurement is critical for maintaining the functionality and safety of the station's water supply system. Interested contractors must submit their quotes by 12:00 PM CST on January 2, 2026, to kala.m.lowe@uscg.mil, and are encouraged to inspect the site prior to submission to familiarize themselves with the conditions of the work.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.