REPLACE 2 HVAC UNITS AND 3 THERMOSTATS AT USCG STATION NEW HAVEN, NEW HAVEN, CT 06512-3628

SOL #: HVACSTANEWHAVENCombined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE BOSTON(00024)
BOSTON, MA, 02109, United States

Place of Performance

New Haven, CT

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Other Non Building Facilities (Z2PZ)

Set Aside

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

Timeline

1
Posted
May 14, 2026
2
Submission Deadline
May 28, 2026, 9:00 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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting proposals for the turnkey replacement of two HVAC units and three thermostats at USCG Station New Haven, CT. This is a Total Small Business Set-Aside opportunity. Quotations are due by May 28, 2026.

Opportunity Details

  • Type: Combined Synopsis/Solicitation (Request for Quotation)
  • Agency: Department of Homeland Security / US COAST GUARD / BASE BOSTON
  • Place of Performance: USCG Station New Haven, 120 Woodward Ave., New Haven, CT 06512-3628
  • Product Service Code (PSC): Z2PZ (Repair Or Alteration Of Other Non Building Facilities)
  • NAICS Code: 238220 (Size Standard: $19M)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)

Scope of Work

The contractor shall provide all labor, materials, equipment, refrigerants, electrical components, controls, supervision, transportation, tools, permits, and incidentals necessary to complete the replacement. Key tasks include:

  • Condensing Unit Replacement: Removal and disposal of two existing air-cooled outdoor condensing units. Replacement with new units matching existing tonnage, BTU capacity, voltage, phase, and electrical characteristics, meeting or exceeding current SEER2 standards. This includes new filter driers, refrigerant line work, electrical connections, vibration isolation, corrosion-resistant fasteners, and anchoring. Proper recovery and disposal of refrigerant per EPA Section 608 is required.
  • Thermostat Replacement: Removal and replacement of three existing thermostats with programmable digital thermostats compatible with the new HVAC systems, supporting heat/cool modes, fan auto/on, and programmable scheduling.

Key Requirements & Performance Standards

  • All work must adhere to manufacturer specifications, International Mechanical Code (IMC), National Electrical Code (NEC), EPA refrigerant handling regulations, and all applicable federal, state, local, trade, legal, and regulatory standards.
  • Work must be performed by licensed HVAC contractors with EPA-certified technicians.
  • Warranty: Minimum one (1) year warranty on all labor and installation, plus manufacturer warranties for units and thermostats.
  • Site Visit: A site visit is highly encouraged prior to proposal submission to verify existing conditions.
  • Hazardous Materials: Contractors must inspect, test, and properly remediate/encapsulate suspect lead and asbestos-containing materials if present.
  • Wage Compliance: All wages and benefits must comply with the Service Contract Act (SCA) and applicable wage rate determinations.

Timeline & Submission

  • Published Date: May 14, 2026
  • Quotations Due: May 28, 2026, by close of business.
  • Period of Performance: Thirty (30) calendar days from the date of Notice to Proceed (NTP).
  • Delivery Date: July 4, 2026 (as per RFQ).
  • Submission: Quotes must be a firm fixed price (SF 18) with a separate detailed price breakdown.

Important Clauses & Contacts

Bidders must review the attached Federal Acquisition Regulation (FAR) clauses, including those related to prohibitions (e.g., Kaspersky Lab products, telecommunications equipment), ethical conduct, subcontracting requirements, and payment terms.

  • Primary Contact: Beverly A Primm (beverly.a.primm@uscg.mil, 571-610-0476)
  • Contracting Officer Representative (COR): Coyet Carter (443-760-5034) will serve as the on-site technical representative.

People

Points of Contact

Beverly A PrimmPRIMARY
Christopher SleeperSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 14, 2026
REPLACE 2 HVAC UNITS AND 3 THERMOSTATS AT USCG STATION NEW HAVEN, NEW HAVEN, CT 06512-3628 | GovScope