UNITED STATES COAST GUARD SITKA ALAKSA
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), under the Department of Homeland Security, is soliciting proposals for the replacement of Roof HVAC Units at Air Station Sitka, Alaska. This is a Combined Synopsis/Solicitation issued by BASE KETCHIKAN(00035) and is designated as a Total Small Business Set-Aside. The anticipated contract type is Firm Fixed Price. Proposals are due by May 28, 2026, at 8:00 PM EDT.
Scope of Work
This opportunity requires the complete removal and replacement of two existing split system HVAC units located in the IT office space within the Hangar Building at U.S. Coast Guard Air Station Sitka, AK. The scope includes providing all labor, equipment, parts, and materials for the replacement of air handling units (located in the ceiling space), outside condensing units, refrigeration lines, and associated heating coils. New systems must be equivalent to or exceed the specifications of the Leibert MiniMate2 MMD36E units and connect to the building management system via BACnet.
Contract & Timeline
- Contract Type: Firm Fixed Price (anticipated)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4120 (Air Conditioning Equipment)
- Response Date: May 28, 2026, 8:00 PM EDT
- Published Date: April 28, 2026
- Place of Performance: Sitka, AK 99835, United States
Key Requirements & Provisions
- All shipping costs to SITKA, AK 99901 must be included in the total amount (FOB DESTINATION ONLY).
- Work must be completed and usable within 10 workdays of mobilization, with mobilization occurring within 10 workdays of materials arriving.
- Overall completion is required within 30 calendar days from the acceptance of submittals.
- A one-year warranty on supplied equipment and labor from the startup date is required.
- The Davis Bacon Act applies to this project.
- Offerors must adhere to various FAR clauses, including those related to SAM registration, small business concerns, labor standards, and Buy American provisions.
- Required submittals include a Work Schedule, Product Data for new HVAC units and heating coils, Installation/Operation/Maintenance Manuals, and Equipment Warranty Information.
- Contractor is responsible for site safety, environmental compliance, and daily cleanup, returning the site to its original state.
- Invoices and the Material Inspection and Receiving Report (DD-250) shall be submitted electronically to the USCG Finance Center Website.
Evaluation
Award will be made to the lowest priced technically acceptable/qualified contractor.
Contact Information
- Primary Contact: DENO STAMOS (deno.a.stamos@uscg.mil)
- Secondary Contact: Contracting Officer Benjamin Reedy (benjamin.r.reedy@uscg.mil)