***SHORT SUSPENSE***
Responses Due: On or before, Wednesday, 28 May 2025 at 1:00PM ET
Request for Quote
RFQ # 52800PR250012414
Contracting Office: USCG, CG 914-2, Kearneysville, WV
No Set-Aside Restriction
This is a combined synopsis solicitation for a commercial supply and ancillary commercial services prepared in accordance with the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued.
The solicitation number is 52800PR250012414 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the procurement of the lease of a temporary Heating, Ventilation and Air Conditioning (HVAC) support for the Dawson Hall building located at the USCG C5I Service Center, Alexandria, VA.
Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The complete text of any of the provisions and clauses may be accessed in full at https://www.acquisition.gov/browse/index/far.
The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 532310- General Rental Centers. The size standard for this NAICS is $9.0M. Product Service Code is: W041- Lease or Rental of Equipment—Refrigeration, Air Conditioning, and Air Circulating Equipment.
The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to acquire the lease of a temporary Heating, Ventilation and Air Conditioning (HVAC) support for the Dawson Hall building located at the USCG C5I Service Center, Alexandria, VA.
LINE ITEM 0001: QTY – 1, UNIT – JOB, DESCRIPTION – Delivery and Installation Services and the lease of a temporary Heating, Ventilation and Air Conditioning (HVAC) support for the Dawson Hall building located at the USCG C5I Service Center, Alexandria, VA. Period of performance: Date of Award (DOA) – 3 months.
LINE ITEM 0002: QTY – 1, UNIT – JOB, DESCRIPTION – OPTION LINE ITEM: Continuation of lease of a temporary Heating, Ventilation and Air Conditioning (HVAC) support for the Dawson Hall building located at the USCG C5I Service Center, Alexandria, VA. Period of Performance: 30 days.
DELIVERABLES AND DELIVERY SCHEDULE: One time delivery and installation of the required HVAC/Chiller Unit to the USCG C5ISC facility in Alexandria, VA. The Contractor must coordinate with USCG C5ISC personnel to arrange an installation and rental no later than five (5) business days after date of award.
PERIOD OF PERFORMANCE: The total period of performance of this purchase order is a base period of date of award to three (3) months and one (1)- 30 day option period.
Solicitation Response Deadline:On or before, Wednesday, 28 May 2025 at 1:00PM ET – Response to this solicitation are due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist, Ann M. Leuters, Ann.M.Leuters@uscgmil and the Contracting Officer, Brianna R. Riffle, Brianna.R.Riffle@uscg.mil.
This solicitation is inclusive of the following attachments:
Attachment 1 – Statement of Work
Attachment 2 – Solicitation Provisions & Clauses
Attachment 3 – Electronic Submission of Payment Requests
Due to the short suspense, site visits are not permitted or authorized.
USCG Points of Contact:
Contracting Officer: Brianna R. Riffle, Brianna.R.Riffle@uscg.mil
Contract Specialist: Ann M. Leuters, Ann.m.leuters@uscg.mil
Instruction Section:
The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information.
The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation to gain procurement-sensitive information may result in disqualification from the evaluation process.
UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment.
Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation.
MATERIALS SUBMITTED. The vendor is advised that all submissions and related material become the property of the USCG and will not be returned. The technical and price quotes, if accepted by the USCG, will form binding parts of the purchase order that result from this solicitation. Therefore, care must be taken to properly address the requirements set forth in this document.
PROPRIETARY DATA. Each page of the vendor's quote must be reviewed and marked as to proprietary data content by the vendor. Also, see FAR 3.104-4. A single blanket statement at the front of the quote is not acceptable. Failure to mark every page will subject your quote to public release through Freedom of Information Act (FOIA) requests. All information and data related to this project that the vendor gathers or obtains shall be protected from unauthorized release and considered the property of the USCG. The Contracting Officer will be the sole authorized official to release verbal or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this solicitation. Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the contracting officer.
EXCEPTIONS. All exceptions and/or deviations shall be included in the vendor's quote, in the area of the quote affected by the exception and/or deviation. The vendor shall identify each requirement, clause, provision or term and condition for which exceptions and/or deviations are requested. Each exception and/or deviation identified shall be fully explained including sufficient justification as to technical problems, cost savings, and/or benefits to the USCG so that the USCG can thoroughly evaluate the vendor’s input and determine if it is in the best interest of the USCG to amend the solicitation. The USCG reserves the right to reject any quote that includes any exceptions and/or deviations from the USCG’s requirements, which may result in the quote being determined unacceptable, removed from further consideration, and deemed un-awardable.
Evaluation:
The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote.
The USCG intends to award the task order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation.
The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror’s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable, the evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop.