CONDENSING UNIT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. Coast Guard Surface Forces Logistics Center (SFLC), under the Department of Homeland Security, is soliciting quotations for four (4) Condensing Units (NSN: 4130-01-F24-6807, Part #: ZRD48KCE-TFD). This opportunity is a Total Small Business Set-Aside and seeks to award a Firm Fixed Price Purchase Order. Quotations are due by May 21, 2026, at 5:00 PM Z.
Scope of Work
The requirement is for four (4) Copeland Compressor Condensing Units, Model# ZRD48KCE-TFD-235. These are Digital Scroll 48,000 BTU Marine Condenser Units, 460VAC, 3 Phase, 60 Hertz, R417A Compatible, and Water Cooled. They must include a reverse cycle heat function with an integrated reversing valve and require wiring to the customer's existing control. Substitutions are not authorized without prior approval from USCG SFLC Technical Experts. Preservation, Packaging & Marking must adhere to MIL-STD-2073-1E Method 10 (wooden crate with cushioning, blocking, bracing), MIL-STD-129R marking, and ISO/IEC-16388-2007 Code 39 barcoding. Specific label information, including Item Name, Part Number, NSN, and Quantity, is required.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
- Shipping: FOB DESTINATION REQUIRED. Total cost must include delivery and any freight charges to zip code 21226.
- Delivery Address: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Building 88, Baltimore, MD 21226.
- Delivery Hours: Monday through Friday, 8:00 AM to 3:00 PM.
Submission & Evaluation
- Eligibility: All responsible sources may submit a quotation. Offerors must have an active registration in SAM.Gov prior to award and maintain it through final payment.
- Required Documents: Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote.
- Invoicing: Invoices must be processed electronically through https://www.ipp.gov and include specific details (CG contract number, vendor invoice number, UEI, TINs, CAGE, PO item number, description, prices, totals). A copy of the invoice must also be sent to Luke.F.Maupin@uscg.mil. Shipping costs over $100 require a separate freight invoice.
- Delivery Information: Offerors should provide delivery date information and notify Luke.F.Maupin@uscg.mil of any changes in delivery timeframes or tracking information.
Set-Aside
This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5).
Key Dates
- Quotations Due: May 21, 2026, 5:00 PM Z
- Published Date: May 4, 2026
Contact Information
For inquiries, contact Luke Maupin at luke.f.maupin@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil, phone: 410-762-6696.