USCG SMTC Barracks Motorized Valve and Dedicated Outdoor Air System (DOAS) Functional Assessment
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), Base Portsmouth, is soliciting proposals for a Motorized Valve and Dedicated Outdoor Air System (DOAS) Functional Assessment at the USCG SMTC Barracks in Chesapeake, VA. This Firm-Fixed-Price Request for Quotation (RFQ) is a Total Small Business Set-Aside and seeks contractor support to inspect, test, and diagnose critical HVAC components. Proposals are due February 25, 2026, at 3:00 PM EST. A site visit is scheduled for February 19, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide all labor, supervision, equipment, and material to:
- Inspect, test, and diagnose the functionality of 3-way motorized valves and their actuators on both heating and cooling coils for 20 separate air handlers.
- Conduct an operational, mechanical, and controls assessment of the existing Dedicated Outdoor Air System (DOAS).
- Identify root causes of malfunctions and deficiencies, and provide actionable recommendations for repair or replacement.
- Document all findings and recommendations in formal reports compatible with Microsoft Office applications.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ 70Z02726QPORT0019)
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333415 (Size Standard: 1,250 employees)
- Period of Performance: Not to exceed 30 working days after contract award.
- Response Due: February 25, 2026, 3:00 PM EST
- Site Visit: February 19, 2026, 10:00 AM EST at Naval Support Activity Northwest Annex, Chesapeake, VA. Attendees must coordinate with the QAE (Nathan Chappell) at least three days in advance.
- Published Date: February 12, 2026
Evaluation
Award will be made to the lowest priced technically acceptable (LPTA) quote, based on an evaluation of Technical Capability and Price. Offers must remain firm for 60 calendar days.
Special Requirements & Notes
- Personnel: Contractor must provide qualified personnel, including a Project Manager available within 24 hours.
- Base Access: All personnel require Defense Biometric Identification System (DBIDS) credentials for unescorted access; pre-vetting is required. RapidGate may be needed for work exceeding 10 days.
- Compliance: Adherence to OSHA (29 CFR 1910 & 1926) and EPA (40 CFR series) regulations is mandatory. Lockout/Tagout procedures must be coordinated.
- SAM & UEI: Offerors must maintain active SAM registration and current Unique Entity Identifier (UEI) and CAGE code throughout performance.
- Wage Determination: The Department of Labor Service Contract Act Wage Determination (No. 2015-4341, Rev 32) applies, outlining minimum wage rates and fringe benefits for the specified geographic area.
- Invoicing: Invoices must be submitted through the Invoice Processing Platform (IPP) at ipp.gov.
- Contacts: Primary: JACKSON WYSOR (JACKSON.A.WYSOR2@USCG.MIL). QAE for site visit coordination: Nathan Chappell (Nathan.C.Chappell@uscg.mil).