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
    CONDENSER REFRIGERATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a condenser refrigeration unit, identified as NSN 4130-01-540-2113, which is a shell and tube type seawater condenser manufactured by Carrier Transicold Co. This procurement is critical for maintaining operational efficiency within the Coast Guard's logistics framework, as the condenser is essential for refrigeration systems on vessels. Interested vendors must ensure compliance with specific packaging, marking, and delivery requirements, including bar coding and itemized packing lists, with a submission deadline for quotes set for December 8, 2025, at 10:00 AM EST. Quotations should be directed to Yvette Johnson at Yvette.R.Johnson@uscg.mil, and all participating companies must be registered in the System for Award Management (SAM).
    C1 CONDENSER
    Buyer not available
    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
    Buyer not available
    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.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Terminal, Ventilation Duct
    Buyer not available
    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.
    HEAT WAGON
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Heat Wagon, a direct spark oil heater with a capacity of 1,000,000 BTU/HR, as part of a combined synopsis/solicitation. This procurement aims to fulfill the heating needs of the Coast Guard's Surface Forces Logistics Center, ensuring efficient and reliable heating solutions for operational requirements. The selected vendor will be expected to deliver the specified equipment by December 20, 2025, with all shipments to be made to the Coast Guard's facility in Baltimore, Maryland. Interested vendors must contact Shellby Hammond at Shellby.M.Hammond@uscg.mil and ensure they have an active SAM.Gov registration to participate in this opportunity.
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    TEGUC - Preventive Maintenance Services for HVAC System
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking proposals for a Preventive Maintenance Service Contract for its HVAC system, which includes various components such as modular chillers and air-handling units. The contract aims to ensure the efficient operation and maintenance of the HVAC system, which is critical for maintaining a comfortable and safe environment within the embassy facilities. The contract is set for one year with an option to extend for an additional six months, and proposals are due by December 8, 2025, at 10:00 a.m. local time, with a pre-proposal conference scheduled for November 28, 2025. Interested bidders can submit their quotations to TguBids@State.gov, and the contract will be awarded to the lowest-priced, responsible offeror.