ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) SERVICES

DEPARTMENT OF HOMELAND SECURITY 70Z08126QELIZ0001
Response Deadline
Feb 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) services at Station Fort Macon in Atlantic Beach, North Carolina. The procurement involves comprehensive preventative maintenance, routine service calls, and repairs for HVAC systems, requiring contractors to supply all necessary personnel, materials, and tools as outlined in the Performance Work Statement. This contract is crucial for maintaining operational efficiency and comfort within the facility, and it is set aside exclusively for small businesses under NAICS code 238220, with a small business standard of $19 million. Interested parties must submit their quotes via email by NOON Eastern Time on February 13, 2026, and are encouraged to direct any questions to the primary contact, Tyrone Mason, at Tyrone.L.Mason@uscg.mil.

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
J041
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

8 Files
SF 1442.pdf
PDF207 KBFeb 11, 2026
AI Summary
The United States Coast Guard (USCG) Base Elizabeth City has issued a Request for Proposal (RFP) (Solicitation Number: 70Z08126QELIZ0001) for Preventative Maintenance Services for HVAC systems at Station Fort Macon in Atlantic Beach, NC. This procurement is a 100% set-aside for Small Businesses under NAICS code 238220 (Small Business Standard: $19 million). Contractors must provide all personnel, management, materials, supplies, equipment, tools, and services. Quotes, including UEI and completed SF 1442 blocks 14-20c and 30a-30c, along with pricing, are due via email by NOON Eastern Time on February 11th, 2026, to Tyrone.L.Mason@uscg.mil. An active vendor record at SAM.gov and meeting size requirements are mandatory for consideration. A Firm-Fixed Price contract is contemplated. Site visits will be conducted from January 26th to January 30th, with scheduling coordinated through COR Christina Gramza (christina.a.gramza@uscg.mil). Written questions regarding the solicitation must be submitted to the Contracting Specialist at Tyrone.L.Mason@uscg.mil by NOON on February 3rd, 2026.
CLIN Pricing HEATING VENTILATION AND AIR CONDITIONING SERVICES.docx
Word17 KBFeb 11, 2026
AI Summary
This government file outlines a contract for inspection, preventive, and corrective maintenance services, including a fixed allowance for parts, spanning a base year and four option years. The contract specifies 'Lump Sum' for inspection and preventive maintenance and 'Hours' for corrective maintenance, with a 'Not to Exceed' (NTE) limit of 80 hours per year. A fixed allowance of $5,000 for parts is allocated for corrective maintenance in each year. The structure indicates a recurring need for these services over a five-year period, broken down into distinct Contract Line Item Numbers (CLINs) for each type of service across the base and option years.
PWS HVAC - Ft. Macon FINAL.pdf
PDF643 KBFeb 11, 2026
AI Summary
This Performance Work Statement outlines the requirements for Heating, Ventilation, and Air Conditioning (HVAC) services at the United States Coast Guard (USCG) STA Fort Macon, Atlantic Beach, NC. The contract is for non-personnel services, covering preventive maintenance, routine service calls, and repairs for HVAC equipment. The contractor is responsible for providing all personnel, materials, supplies, equipment, and tools, with the Government providing utilities and limited facilities. Key aspects include quality control, security requirements (including Common Access Card issuance), personnel conduct, and adherence to various federal, state, local, and industry standards. The contract has a base year and four 12-month option years. Deliverables include a Quality Control Plan, Project Plan, monthly preventative maintenance reports, and mishap reports.
Q and A HVAC.docx
Word21 KBFeb 11, 2026
AI Summary
This government file contains a series of Q&A responses and contract background information relevant to a new federal contract, likely an RFP. Key clarifications include the contractor's responsibility for providing disposable media filters (with a list on page 31 of the PWS, though on-site verification is encouraged) and belts (charged to a $5,000 NTE parts line). The building control system, specifically Johnson Controls software, is within scope for troubleshooting. The contract requires the contractor to provide an annual maintenance schedule and a checklist after each visit. This is a new contract with no incumbent. Access to mechanical room controls requires a CG employee to grant entry, as remote access is unavailable. The contractor is responsible for consumables, including specific filter sizes and a water heater filter. The document also addresses clarifications on Biobased Product Certification and Superintendent requirements, specifying no deferment to subcontractors for the latter. It also clarifies the locations of three dehumidifiers and VAVs.
20240513_122250.jpg
JPEG1333 KBFeb 11, 2026
AI Summary
The provided file, labeled DH-1, appears to be a technical specification or data entry related to environmental conditions or equipment parameters. It details a capacity of "71 PINTS/DA" (71 pints per day), an operating temperature range of "33 DEG. F. - 105 DEG. F." (33 to 105 degrees Fahrenheit), and a numerical value of "13". Additionally, it references "TIO-1", a quantity of "650", and "WM" with an associated value of "¥150" (150 Japanese Yen). This information suggests the document might be part of an RFP or grant application for equipment procurement, facility specifications, or environmental control systems, likely specifying performance requirements or inventory details for a particular device or process.
HVAC VAV Locations.pdf
PDF3370 KBFeb 11, 2026
AI Summary
The provided documents detail the HVAC zoning plans for the first, second, and third floors of the Multi-Mission Station Building at the USCG Station Fort Macon in Atlantic Beach. Prepared by The Haskell Company, with Thomas J. Tidwell as the Mechanical Engineer, these plans are part of a larger project to recapitalize the facility. The drawings specify the layout of various rooms and areas, including boat maintenance, offices, storage, locker rooms, mechanical equipment rooms, berthing rooms, and communal spaces. Each floor plan indicates the placement of HVAC components such as VAV boxes, AHUs, and emergency shut-down buttons, along with design temperatures for summer and winter. The documents also include professional engineering stamps and project identification details, emphasizing the comprehensive mechanical design for the building's heating, ventilation, and air conditioning systems.
Construction and Clauses 1.pdf
PDF264 KBFeb 11, 2026
AI Summary
This government solicitation outlines requirements for Heating, Ventilation, and Air Conditioning (HVAC) Services. Key sections detail contract forms, pricing for one job unit (JB) of HVAC services, and an attached Statement of Work (SOW). Important clauses cover inspection, acceptance, and a one-year warranty for construction work, including remedies for defects and damages. The contract specifies a 30-calendar-day commencement period and a 28-calendar-day completion time for the work, with a Contracting Officer's Representative (COR) overseeing technical aspects. Contractors must provide insurance, price breakdowns for modifications, and a qualified, English-fluent superintendent. The solicitation emphasizes green purchasing initiatives and incorporates numerous federal acquisition regulations (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses by reference, addressing areas like labor standards, environmental protection, and business representations. Evaluation criteria include price, ability to complete requirements, and past performance. Special conditions apply for work at operating airports, and local hire provisions may be enforced.
NC20250062.pdf
PDF46 KBFeb 11, 2026
AI Summary
This government file, Wage Determination No. 2015-4401, Revision No. 30, issued by the U.S. Department of Labor, establishes minimum wage rates and fringe benefits for service contract employees in specific North Carolina counties (Beaufort, Carteret, Duplin, Greene, Lenoir, Wilson). It details rates for numerous occupations across various sectors, including administrative, automotive, health, IT, and maintenance. The document also outlines fringe benefits such as health & welfare, vacation, and holidays. Additionally, it includes important notes on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors, respectively. Provisions for hazardous pay differentials, uniform allowances, and a conformance process for unlisted job classifications are also detailed, ensuring fair compensation and compliance with the Service Contract Act.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 14, 2026
amendedAmendment #1Feb 6, 2026
amendedLatest Amendment· Description UpdatedFeb 11, 2026
deadlineResponse DeadlineFeb 13, 2026
expiryArchive DateFeb 28, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE ELIZABETH CITY(00081)

Point of Contact

Name
Tyrone Mason

Place of Performance

Atlantic Beach, North Carolina, UNITED STATES

Official Sources