USCG Station Houston - AC Repair
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
State: | Texas |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159975147612545 |
Posted Date: | Mar 28, 2024 |
Due Date: | Apr 8, 2024 |
Solicitation No: | 70Z02924QNEWO0011 |
Source: | Members Only |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Mar 28, 2024 02:37 pm CDT
- Original Date Offers Due: Apr 08, 2024 03:00 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 08, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1NB - MAINTENANCE OF HEATING AND COOLING PLANTS
-
NAICS Code:
- 238220 - Plumbing, Heating, and Air-Conditioning Contractors
-
Place of Performance:
Houston , TX 77029USA
PERFORMANCE OF WORK STATEMENT
1. SCOPE OF WORK- The work is to be accomplished through the following tasks:
The U.S. Coast Guard is accepting quotes for qualified individuals or firms to provide all labor, materials, and equipment necessary to repace Berthing and TV Room AC Systems at Station Houston.
For system Model # PUHY-P72TJMU-A Serial # 1XW00764 the contractor shall mechanically and electrically isolate the subject machine. Recover existing refrigerant charge from within the VRF system utilizing industry standards established by the EPA. Weigh the quantity of recovered refrigerant and compare it to the manufacturer's nameplate rating; advise the customer of any deficiencies and review corrective action, if any. Disconnect interconnecting refrigerant piping from one (1) leaking condenser coil; remove the existing leaking condenser coil within the VRF condenser. Provide and install one (1) new condenser coil compatible with the VRF condenser. Perform necessary field modifications to complete the installation of one (1) new condenser coil. Remove and replace one (1) filter drier. Perform an evacuation and dehydration of the VRF system. Recharge the VRF system with previously recovered refrigerant. Initiate machine start-up and check unit operation. Log and record machine operation. Advise customer of overall machine condition and recommend additional repairs or product improvements, if any.
For system AAON Model # CC-C-005-3-D-1, Serial# 201402-CHCW06404 the contractor shall mechanically and electrically isolate the subject machine. Recover existing refrigerant charge from subject equipment; weigh quantity recovered and compare to unit's manufacturer's nameplate specifications (any deficiency will be reported to customer for corrective action). Remove and replace one compressor. Remove and replace one filter dryer. Leak test all newly modified refrigerant piping. Perform evacuation and dehydration and sealed refrigeration circuit. Remove and replace one compressor contactor. Recharge unit with 11.25lbs of r410A. Initiate machine start-up and check unit operation. Log and record machine operation. Advise customer of overall machine condition and recommend additional repairs or product improvements, if any.
- Contractor shall provide services to recover all refrigerant in the old system for reuse or dispose of properly.
- Contractor shall provide separate quote for needed refrigerant to complete the work to the contracting officer.
All work is to be completed in accordance with the performance work statement. This will be a firm- fixed priced purchase order awarded to the lowest bidder. This is set aside 100% for small business. All contractors must be actively registered in SAM.gov.
Federal Acquisition Regulation Clauses and the Department of Labor wage rates for construction are included in this agreement and are applicable.
Please Email all quotes to Amber Russell/Email: AMBER.H.RUSSELL@uscg.mil
For site visits please contact: Mr. Jason Baylor 713-818-6726 to schedule and arrange site access.
Location: Coast Guard Station Houston
9640 Clinton Drive
Houston TX, 77029
-
PERIOD OF PERFORMANCE
- Period of performance shall be within 1 weeks of acceptance of award to allow habitability of berthing rooms.
-
DELIVERABLES
-
The contractor shall provide the following:
- All associated parts to complete the repairs.
- Equipment needed to complete repairs.
- Refrigerant needed to complete repairs.
-
The contractor shall provide the following:
- SCHEDULE. The schedule for milestones and deliverables is given in the following table.
ITEM
DESCRIPTION
QTY
DUE DATE
1
Complete replacement of AC system
1
NLT 1 weeks
- ACCEPTANCE CRITERIA
7.1 The government reserves the right to witness the evaluation and repair processes.
7.2 The government will review the repair work in its entirety prior to issuing approval.
-
QUALITY ASSURANCE
- All work shall be developed to commercial standards.
-
TECHNICAL REPRESENTATIVE
- The Technical Representative at the U.S. Coast Guard Surface Forces Logistics Center will be MKC William Lee
- NOTES
All Government Furnished Information and work product shall remain the property of the U.S. Coast Guard and shall not be released to any third party or published without prior approval from the COR.
- 4640 URQUHART ST
- NEW ORLEANS , LA 70117
- USA
- Amber Russell
- Amber.H.Russell@uscg.mil
- Phone Number 281-464-4678
- Mar 28, 2024 02:37 pm CDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.