CGC Hamilton No. 1 C Renew-Repair

SOL #: 70Z08526Q2183-01Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

North Charleston, SC

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 26, 2026
2
Submission Deadline
Feb 4, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The United States Coast Guard Surface Forces Logistics Center (SFLC) is soliciting quotations for Shipboard Air Conditioning (AC) renewal and repair services for the #1A circuit on the CGC Hamilton in North Charleston, SC. This is a Total Small Business Set-Aside opportunity. The period of performance is from February 16 to March 6, 2026. Quotations are due by February 4, 2026.

Scope of Work

The contractor will perform comprehensive renewal and repair of the #1A AC circuit, which was exposed to seawater. Key tasks include:

  • Renewing the AC condenser for the #1A circuit.
  • Flushing the refrigerant side of the #1A circuit to remove contamination.
  • Renewing or overhauling various components on the refrigerant side of the #1A circuit, as detailed in the Statement of Work (SOW).
  • Restoring the #1A AC plant to full service, including post-work leak tests and operational tests.
  • Providing a Qualified Technical Representative familiar with York 130-Ton capacity, HFC-134A Air Conditioning plants.
  • Ensuring all refrigerant handling, lube oil disposal, and welding operations comply with federal, state, local regulations, and SFLC Standard Specifications.
  • Providing fire watch personnel and equipment, and maintaining operation of another AC compressor during work.

Contract Details

  • Contract Type: Firm-Fixed-Price (Combined Synopsis/Solicitation)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238220 ($19M size standard)
  • Product Service Code (PSC): J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
  • Period of Performance: February 16, 2026, to March 6, 2026
  • Place of Performance: USCGC HAMILTON, North Charleston, SC

Evaluation Criteria

Award will be made to the responsible offeror representing the best value to the Government, considering:

  • Price: Firm-fixed-price, all-inclusive. Conditional pricing or escalation language may render offers nonresponsive.
  • Non-Price Factors:
    • Technical Capability: Demonstrated understanding of requirements and approach to services.
    • Past Performance: Evaluated using CPARS, other Government records, and offeror-provided information. Absence of relevant past performance will not be evaluated favorably or unfavorably.
    • Subcontracting Approach: Ability to manage subcontracted effort and comply with contract requirements, including disclosure of significant subcontractors.

Submission Requirements & Deadlines

  • Quotation Due Date: February 4, 2026, at 3:00 PM EST
  • Submission Method: Electronically via email to the points of contact.
  • Quotation Format: No specific format prescribed, but a narrative quotation describing understanding, approach, technical capability, relevant experience, and proposed use of subcontractors is encouraged. Submissions must be complete, clear, and allow for effective evaluation.
  • Discussions: The Government intends to make an award without discussions; therefore, offerors should submit their best offer initially.
  • Questions: All questions must be submitted via email to the identified points of contact. Telephone inquiries will not be accepted.
  • Key Requirements: Offerors must review the incorporated FAR clauses and provisions (including those related to SAM registration, labor standards, and supply chain prohibitions) and the Wage Determination (No. 2015-4427, Rev. 32) for labor cost baselines. Personnel servicing AC&R equipment must hold current EPA Technician Certification, Type IV (Universal Certification). Contractors must have a valid REAL ID for FLETC Base Access.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
CGC Hamilton No. 1 C Renew-Repair | GovScope