ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Base Galveston VTS Air Conditioner Replacement

DEPARTMENT OF HOMELAND SECURITY 70Z02925QNEWO0040
Response Deadline
Sep 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the replacement of two wall-mounted air conditioners at the Kinder Morgan Liquid Terminal VTS in Houston, Texas. Contractors are required to provide all labor, materials, and equipment necessary to remove the existing units and install new 2-ton Bard air conditioners with dual AC controllers, adhering to Coast Guard quality and safety standards. This project is significant for maintaining operational efficiency and comfort at the facility, with a total project value estimated under $25,000. Interested small businesses must submit their quotes to Melissa Navarro at melissa.n.navarro@uscg.mil by the specified deadline, ensuring they are registered in SAM.gov and comply with all outlined requirements, including a mandatory site visit prior to proposal submission.

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
Z1NB
MAINTENANCE OF HEATING AND COOLING PLANTS

Solicitation Documents

4 Files
70Z02925QNEWO0040_0_US.pdf
PDF271 KB9/3/2025
AI Summary
This government solicitation (70Z02925QNEWO0040) is a Request for Proposal (RFP) for the "VTS HVAC REPLACEMENT" project at Base New Orleans, 1790 Saturn Street, New Orleans, LA, 70129, US. The project requires the contractor to commence work within 10 calendar days of receiving notice to proceed and complete it within 30 calendar days. Key clauses include those related to Buy American—Construction Materials, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab, and Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. The document outlines requirements for contractor employee access, reporting of biobased products, waste reduction, and adherence to labor standards. Offers are due by 16:00 local time on September 17, 2025, and will be accepted for 45 calendar days after the due date.
Attachment A.pdf
PDF254 KB9/3/2025
AI Summary
This government file outlines significant updates and deviations to federal acquisition regulations (FAR) clauses, primarily effective February 2025, with some provisions from May 2024 and January 2025. The document emphasizes that the System for Award Management (SAM) may temporarily lag policy updates, instructing agencies to disregard certain outdated representations. Key additions include clauses related to Annual Representations and Certifications (52.204-8), Biobased Product Certification and Reporting (52.223-1, 52.223-2), Waste Reduction Programs (52.223-10), and Sustainable Products and Services (52.223-23). It details specific NAICS codes (238220) and small business size standards ($19,000,000) for acquisitions. Offerors can use their SAM registration for certifications or complete individual solicitations. The document lists numerous applicable representations and certifications based on contract type, value, and scope, with specific criteria for each. It also outlines requirements for reporting biobased product purchases and establishing waste reduction programs, aligning with federal sustainability initiatives.
Attachment B (INSTRUCTIONS) (003).pdf
PDF71 KB9/3/2025
AI Summary
This document outlines contractor responsibilities for federal government projects, specifically focusing on the performance of work by the contractor's own organization. It emphasizes that contractors must perform at least 50% of the total work with their own forces, a percentage that can only be reduced with government approval. The document details what constitutes 'work' by the contractor, including labor by mechanics, laborers, and foremen, as well as the cost of materials and equipment installed by such labor, while excluding executive, administrative, and clerical work. Contractors are required to submit a statement designating the portions of work to be performed by their own forces alongside the schedule of costs. Non-compliance can result in a 15% withholding of retention for unauthorized work. All contractors must be actively registered in SAM.gov.
Kinder Morgan VTS AC Replacement SOW.docx
Word1865 KB9/3/2025
AI Summary
The Department of Homeland Security, through the U.S. Coast Guard Base Galveston, is seeking proposals for the replacement of a wall-mounted air conditioner at the Kinder Morgan Liquid Terminal VTS in Houston, TX. The project requires the removal of an existing 2-ton Bard unit and installation of a new 2-ton Bard air conditioner with a dual AC controller. Contractors must provide all labor, materials, and equipment, adhering to Coast Guard quality and safety standards. Key requirements include a thorough site investigation, detailed proposal submittals with estimated costs, and compliance with all security, safety (OSHA, 29 CFR Part 1926), and environmental regulations for refuse disposal. Contractors must be registered in SAM and provide daily progress reports. Site access, material storage, and utility usage are subject to specific guidelines and approvals. The Coast Guard Contracting Officer will manage the bid process and address all inquiries.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 17, 2025
expiryArchive DateOct 2, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
BASE NEW ORLEANS(00029)

Point of Contact

Name
Melissa Navarro

Place of Performance

Galena Park, Texas, UNITED STATES

Official Sources