USCG Base Charleston HVAC Insulation Replacement
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: SC. Response deadline: Apr 08, 2026. Industry: NAICS 238290 • PSC 4120.
Market snapshot
Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 19 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238290
Description
This is a combined synopsis/solicitation for non-commercial items in accordance with the format in subpart 36, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through federal acquisition circular 2024-02.
The solicitation number is 70Z036- P2600-00019. This acquisition is 100% set aside for small businesses. The NAICS code is 238290, with a size standard of $19.0M.
The contract type will be a firm fixed-price purchase order. The evaluation process will be Lowest Price Technically Acceptable.
The United States Coast Guard (USCG) has a requirement provide all labor, materials and equipment as required to seal HVAC ducting and renew HVAC insulation in Sector Prevention offices in Building 681 at USCG BASE Charleston, 1050 Register St, Charleston, SC 29405. Specific requirements are detailed in the Statement of Work (SOW).
All bidders are REQUIRED to visit the site to verify all work details and to become familiar with the existing conditions under which the work will be performed prior to submitting their quotes. Site visits may be conducted between 8:00 AM to 12:00 PM EST March 27, 2026. To arrange a site visit, please contact CWO Cody Wood at Cody.A.Wood@uscg.mil at least 24 hours prior to desired site visit date.
Failure to conduct a site visit will result in the disqualification of the bidder. Bidders are responsible for properly estimating the difficulty and cost of successfully performing this work. The Government assumes no responsibility for any assumptions, understandings, or representations made by any of its officers or agents unless such information is included in the solicitation, Statement of Work (SOW), or other written documents.
All questions regarding this solicitation must be submitted in writing to Julia.S.Kline2@uscg.mil by 11:00 AM EST on April 8th, 2026. Please include the solicitation number in the subject line of the email. To maintain fairness, all questions and their corresponding answers will be posted on the solicitation no later than 11:00 AMEST on April 7th, 2026 for visibility to all interested vendors. Questions submitted after the deadline will not be answered.
POINT OF CONTACT (POC):
Technical POC:
CWO Cody Wood
Cody.A.Wood@uscg.mil
843-801-4333
Contracting Specialist:
Julia Kline
Julia.S.Kline2@uscg.mil
(206)-827-1234
Contracting Officer:
Shannon Bistline, SFCO
shannon.s.bistline@uscg.mil
(843) 813-6763
LOCATION
All work shall take place at the following location:
USCG BASE Charleston
1050 REGISTER ST,
N. CHARLESTON, SC 29405
Ensure sure that your UEI is updated/or registered via www.SAM.gov website. It is mandatory that your UEI number is active within the SAM.gov website before doing business with the Coast Guard.
Interested vendors must download and review all attachments included in this solicitation package, which consists of the Statement of Work (SOW), Dept. of Labor wage rates for construction, SF-1442, and applicable Provisions and Clauses. Please read the entire solicitation package carefully before preparing your quote.
Quotes must include a detailed breakdown of estimated labor and material costs and clearly display the vendor’s Unique Entity Identifier (UEI) and Tax Identification Number (TIN).
All quotes must be submitted via email to
Julia.S.Kline2@uscg.mil no later than 11:00AM EST on April 8th, 2026. In addition to submitting your bid on the SF-1442, please provide a brief technical proposal that demonstrates an understanding of the Statement of Work and describes the approach to fulfilling all requirements.
Quotes submitted via mail or telephone will not be accepted. A formal notice of changes (if applicable) will be issued in SAM.Gov.
The Government intends to award the contract in its entirety to a single contractor on an all-or-nothing basis to the responsible offeror whose proposal is determined to be the lowest price technically acceptable (LPTA) and most advantageous to the Government, in accordance with the evaluation and award procedures outlined in FAR 13.106. While the intent is to select one contractor for this acquisition, the Government reserves the right not to make an award at all, depending on the quality of the proposals, the prices submitted, and the availability of funds.
The Government reserves the right to reject any quotation that is deemed unreasonable in terms of program commitments, including contract terms and conditions, or if the cost is unreasonably high or low when compared to Government estimates. A proposal may be rejected if it reflects an inherent lack of competence or a failure to understand the complexity and risks associated with the program.
Department of Labor Wage Rates for Construction #SC20260059.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.