This combined synopsis/solicitation for services is prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-25-Q-D7HVAC. Applicable North American Industry Classification Standard (NAICS) codes are:
NAICS 238220 - Plumbing, Heating, and Air-Conditioning Contractors, size standard: $19.0 Million
This requirement is for a firm fixed price services contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA).
When submitting your proposals, request a price breakdown of the following:
- Cost of monthly routine PMS on HVAC maintenance per provided PWS
- Hourly cost of routine service calls for HVAC services.
Prospective contractors must also provide, along with your proposal, past performance documents which will be used to determine expertise to perform the work requested.
Contract will be awarded to the vendor who can perform the work outlined in the provided PWS in the time frame needed by unit.
Anticipated award date: 05 business days after close of solicitation, 08 AUG 2025
Quotes are to be received no later than close of business (3 p.m.) on 08 AUG 2025. Quotes must be email to: Andrew.J.Johnson@uscg.mil
Telephone requests of quotes will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov
Wage determinations: 2015-4543, Rev 31 dated 05/01/2025
SCOPE OF WORK: Contractor to provide monthly HVAC maintenance services for 09 AC Units at Coast Guard District Seven per provided PWS.
Location:
USCG District Seven
Brickell Federal Plaza Building
909 SE 1st Ave
Miami, FL 33131
Period of Performance: Performance of work is expected to commence within 5 days after the award.
Site visit: It is highly recommended and encouraged that a site visit is performed at the Unit to verify the requirements within the PWS and speak with the unit POC for this maintenance service. Vendors shall contact:
POC: SK2 Jorge Carrillo
Email: jorge.a.carrillo@uscg.mil
Phone: (305) 535-4584
Work hours: Monday through Friday, 0800 – 1500 (8 am – 3 pm) No weekends or Holidays authorized.
Q&A’s: Questions concerning the work requested must be sent to Andrew.J.Johnson@uscg.mil by COB 24 July 2025. These Q&A’s will be answered and posted to this solicitation as an amendment to solicitation prior to close.
52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)
52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)
See attached applicable FAR Clauses by reference.
Offerors may obtain a full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Request Company’s tax ID information and UEI number.
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
The Government reserves the right to cancel this solicitation at any time.