This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
This solicitation is issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05. Per Executive guidance, system-required representations such as 52.212-3(d) and 52.223-22 are not considered in award decisions.
This solicitation is for the installation of a propane heating system, including the removal of an existing oil-fired boiler system and associated components, at the Commanding Officer's Quarters at USCG Base Ketchikan, Alaska as described in the attached Statement of work. The Government will provide the propane tank, Rinnai I-Series Combination Boiler, related kits, and temperature controllers, as detailed in attached material list. The contractor shall provide all remaining labor, materials, equipment, and tools necessary for the complete and operational installation.
Contract Requirements:
The contractor shall provide all peripheral equipment, tools, materials, and labor to replace the existing Weil-McLain GOLD oil-fired water boiler with the Government-Furnished propane heating system/on-demand hot water system. This includes:
- Reducing the heating zones.
- Removing the existing oil tank and boiler.
- Installing appropriate hookups for a 500-gallon propane tank (Government Furnished).
- Inspecting and replacing any damaged waterlines in the crawl space.
- Ensuring all components are seismically strapped for safety.
- Supplying all necessary warranties, manuals, and a parts list for the new propane heating system.
- Proper disposal of removed equipment and materials in accordance with applicable regulations.
Government Furnished Equipment (GFE):
The Government will furnish the equipment listed in the attachment "Materials_provided". This includes:
- (1) 500-gallon propane tank (above ground)
- (1) Rinnai I-Series Combination Boiler
- (1) Rinnai I-Series Combi Prim Sec Heating Kit
- (1) Condensate Neutralizer Kit
- (2) Temperature Controllers (MC-601) in white
- (150 ft) of propane line: HOME-FLEX 1 in. CSST x 150 ft. Corrugated Stainless Steel Tubing
Contractor Furnished Items:
Unless otherwise specified above, the Contractor shall furnish all supplies, materials, tools, and equipment necessary for the performance of work under this contract. The Contractor shall only use supplies and materials that are approved by the manufacturer of the equipment and parts being installed. All supplies, materials, and equipment used in the work described herein are subject to approval by the Contracting Officer's Technical Representative (COTR).
PERIOD OF PERFORMANCE:
The performance period will commence upon notification by the Contracting Officer (KO) following the provision of Government-Furnished Equipment (GFE). This is anticipated to occur 45 days after the contract award date and period of performance will be 30 days thereafter. Any requests for extensions must be submitted to the KO for approval.
PLACE OF PERFORMANCE:
USCG Base Ketchikan
1300 Stedman Street
Ketchikan, AK 99901
INSTRUCTIONS TO OFFERORS
Submission Method:
Email quote and required documents to:
Benjamin.R.Reedy@uscg.mil (Contracting Officer)
Site Visit:
A site visit is optional and will be available at 0700 on either 17 or 18 September 2025. Offeres interested in conducting a site visit must notify the Contracting Officer AS SOON AS POSSIBLE to ensure vetting for base access can be completed.
EVALUATION
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
To be deemed technically acceptable, the offer must:
- Meet all SOW requirements
- Include all required documentation
- Be submitted on time
EXECUTIVE ORDER & CLASS DEVIATION COMPLIANCE
This solicitation complies with 2025 Executive guidance and Acquisition Alerts. The following clauses are prohibited and not included in this solicitation or any resulting contract:
- 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.223-1, 52.223-2, 52.223-22, 52.223-23, 52.204-8 (JAN 2025 version), 52.244-6 (JAN 2025 version), and any provision associated with straw-based products or diversity staffing mandates.
A notice to offerors is provided as required:
System updates may lag policy updates. Representations required by SAM (e.g., 52.222-25, 52.223-22) are not enforced by this agency and will not be considered during award or performance evaluation.