HVAC Replacement at USCG STA Washington
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 (USCG), specifically the BASE NATIONAL CAPITAL REGION, is soliciting proposals for HVAC Replacement at USCG Station Washington, located at Building 92, Joint Base Anacostia-Bolling, Washington, D.C. This opportunity is a Total Small Business Set-Aside under NAICS Code 238220 ($19.0 million standard). The government anticipates awarding a Firm-Fixed Price contract. Quotes are due by NOON Eastern Time on April 30, 2026.
Scope of Work
The contractor will be responsible for the complete removal and replacement of the HVAC system on the second deck of Building 91 (or 92 as per solicitation) at USCG Station Washington. Key tasks include:
- Heat Load Calculations: Determine heat load and modify ducting if necessary. Provide written calculations.
- Unit Installation: Install new EPA approved A2L based refrigerant heat pump and indoor air handler (preferably R-454B or R-32).
- Line-Set & Drier: Pull and install new suction and liquid lines, including a new liquid line drier for each circuit indoors.
- Removal & Disposal: Remove and dispose of current outdoor and indoor units.
- Electrical Work: Replace wiring and conduit from service disconnects to new equipment, including fused disconnects if existing ones are not fused.
- Controls: Replace all thermostat control wiring with new UV rated wire and install a new thermostat.
- Testing & Verification: Conduct line-set pressure and vacuum tests, charge the system to manufacturer specifications, and perform Test and Balance (TAB) to achieve correct CFM airflows.
- Documentation: Provide pertinent literature and an overview of the system to Coast Guard engineers.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238220 (Small Business Standard: $19.0 million)
- Period of Performance: 10 calendar days for performance after award, with completion within 30 calendar days after receiving notice to proceed. (SOW states 21 working days after contract award).
- Bonds: Performance and Payment Bonds are not required.
Submission & Evaluation
- Submission Deadline: NOON Eastern Time on April 30, 2026.
- Submission Method: Quotes must be submitted via email to Samuel.T.Salerno@uscg.mil.
- Required Forms: All quotes must have blocks 14 (Include UEI) through 20c and 30a, 30b and 30c of the SF 1442, and pricing completed.
- Eligibility: Offerors must have an active vendor record at SAM.gov and meet the size requirements prior to the RFQ due date.
- Questions: Questions regarding the solicitation must be submitted in writing to SKC Samuel Salerno via email by NOON ET on April 30, 2026.
Additional Notes
- Site Visits: Site visits are not required but are strongly encouraged. Contact MKC James Tooker at 202-591-5944 to schedule a visit. Bidders should field verify quantities and ascertain local conditions.
- FAR Clauses: Bidders must review the incorporated FAR clauses and provisions, including those related to Small Business Program Representations (52.219-1) and Buy American-Construction Materials (52.225-9, 52.225-10), to understand their obligations.