N--Equipment Replacement - Replace Heating, Ventilati
ID: 140P5125Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of the heating, ventilation, and air conditioning (HVAC) system at the Tuskegee Airmen National Historic Site in Tuskegee, Alabama. The project aims to install a new energy-efficient HVAC system, including components such as a furnace, condenser, evaporator coil, and necessary ductwork, while ensuring compliance with safety and environmental standards. This initiative reflects the government's commitment to upgrading historical sites with modern, sustainable solutions, thereby enhancing operational efficiency and visitor safety. Interested small businesses must submit their proposals by April 7, 2025, and can direct inquiries to Edward Dingle at edward_dingle@nps.gov or by phone at 404-507-5747.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 7:04 PM UTC
The project outlined in the document concerns the replacement of the HVAC system at the Tuskegee Airmen National Historic Site’s Maintenance Shop in Tuskegee, Alabama. Managed by the National Park Service, this site honors the contributions of African American pilots during World War II. The existing HVAC system has failed, necessitating the installation of a new 7.5-ton heat pump split system to support park operations effectively. The scope includes replacing essential components such as the furnace, condenser, evaporator coil, and ensuring compliance with safety and environmental standards, including OSHA regulations. Contractors must provide necessary labor, materials, and comply with Alabama building codes. The project is expected to be completed within two months, prioritizing public safety and minimal disruption during construction. The document emphasizes eco-friendly practices and outlines safety protocols, maintenance requirements, and the importance of certified installation. This initiative reflects the government’s ongoing commitment to preserve historical sites while ensuring operational efficiency and visitor safety.
Mar 31, 2025, 7:04 PM UTC
The National Park Service is initiating an HVAC equipment replacement project at the Tuskegee Institute/Tuskegee Airmen National Historic Site. Under PMIS No. 317714, the contractor must provide all labor, materials, and supervision necessary for this project, located at 1616 Chappie James Avenue, Tuskegee, Alabama. The contractor's responsibilities include submitting a detailed technical proposal that outlines the project plan and personnel involved, conducting a site visit post-award for field verification, and ensuring all necessary permits are obtained. The project requires replacing existing HVAC equipment with new components following strict specifications and quality assessments. The contractor is accountable for site safety, construction operations, and the cleanup of debris, with a focus on compliance with NPS standards. The anticipated contract duration is 60 days from the notice to proceed, with restricted working hours set to weekdays from 7:00 am to 4:00 pm. Payment will be contingent on satisfactory project completion, emphasizing the government’s commitment to maintaining operational integrity within historical sites during the upgrade process.
Mar 31, 2025, 7:04 PM UTC
The document appears to be a corrupted or encrypted government file related to Requests for Proposals (RFPs), federal grants, and local/state RFPs. Despite its compromised state, the primary focus seems to center around various initiatives aimed at enhancing infrastructure, systems, and compliance within federal agencies and institutions. Specific projects are likely detailed within the text concerning necessary assessments, methodologies for addressing compliance challenges, and coordination of efforts for public sector improvements. Overall, while the specifics are unreadable, the file suggests a systematic approach to securing financial resources through RFP processes and grants, underscoring the importance of transparency, safety, and risk management in governmental operations. As such, it likely serves as a guideline or framework for agencies to align their project proposals with federal and state requirements while addressing health and environmental concerns.
Mar 31, 2025, 7:04 PM UTC
The document outlines a federal Request for Proposal (RFP) for the replacement of an outdated Heating, Ventilation, and Air Conditioning (HVAC) unit at the Tuskegee Airmen National Historic Site in Tuskegee, Alabama. The primary objective is to install a more energy-efficient HVAC system that includes the replacement of various components: the furnace, condenser, evaporator coil, thermostat, wiring, pipes, and ductwork. The contractor is expected to balance the new system post-installation, ensuring it operates effectively according to the attached statement of work. The RFP includes a solicitation number, a price schedule with a line item quantity of one, and requires key details from offerors, such as their Cage Code and Unique Entity Number (UEI). This project reflects the federal government's initiative to upgrade facilities with energy-efficient solutions, contributing to sustainability and improved environmental standards.
Mar 31, 2025, 7:04 PM UTC
The document outlines a Past Performance Questionnaire related to Solicitation Number 140P5125Q0011 for the National Park Service's HVAC system replacement project at the Tuskegee Airmen National Historic Site in Alabama. Potential contractors are required to submit this questionnaire as part of their proposal, detailing references and evaluations of their past performance. The evaluation focuses on key areas such as performance ability, timeliness of product delivery, quality of work, and overall contractor performance, with the ratings ranging from "Exceptional" to "Unsatisfactory." Additionally, the document emphasizes that the provided information is sensitive and should not imply any government endorsement of the contractor. This questionnaire serves as a tool for assessing contractors’ qualifications, ensuring that the selected provider meets necessary standards for government contracts, reflecting the importance of accountability in federal contracting processes.
The National Park Service has scheduled a site inspection for the HVAC system replacement at the Tuskegee Airmen National Historic Site in Alabama. This project aims to replace the outdated heating, ventilation, and air conditioning system with more energy-efficient equipment, including a new furnace, condenser, evaporator coil, thermostat, and necessary ductwork. The site visit is planned for March 27, 2025, at 9:00 AM. It is essential for prospective contractors to attend to assess local conditions that may impact project operations and costs. Questions must be submitted in writing by March 31, 2025, and responses will be officially shared with all interested parties. Attendance is deemed crucial for preparing accurate proposals, and individuals must RSVP to the designated site contact, Jerry L. Coleman, by the specified deadline. No individual site visits will be conducted, stressing the importance of group attendance for competitive bidding.
The document details the responses to questions regarding the replacement of a Heating, Ventilation, and Air-conditioning (HVAC) unit at the Tuskegee Airmen National Historic Site, under Solicitation #140P5125Q0011. Key inquiries pertain to specifications for equipment, alternatives to refrigerants due to availability, and site compatibility for installation. The park expresses a preference for a dehumidifier instead of a humidifier for humidity control, emphasizing the need for proper monitoring systems. Responses clarify that R454B or R32 refrigerants are acceptable alternatives to R410A, promoting environmental friendliness. Additionally, contractors must ensure a neat installation of wires in conduit due to the site's historical status. The park requires a formal Air Balancing Report post-installation, and although a Wage Rate Determination exists, contractors are not mandated to submit payroll records. Overall, the document serves as an amendment and clarification for contractors bidding on the HVAC project, ensuring compliance with project requirements and environmental standards. It exemplifies the careful consideration exercised in government contracts concerning historical site preservation and modern upgrades.
Mar 31, 2025, 7:04 PM UTC
The document pertains to the amendment of Solicitation No. 140P5125Q0011 for the Tuskegee Airmen National Historic Site, specifically focusing on the replacement of heating, ventilation, and air-conditioning units. The amendment includes a revised statement of work and responses to various contractor inquiries regarding project specifications. Key points addressed in the document include clarifications on equipment requirements, such as the acceptance of environmentally friendly refrigerants (R454B or R32) in place of R410A, and confirmation of installation protocols, including the use of rigid conduit for wiring. The project is scheduled to span from April 7, 2025, to June 6, 2025, and the supplier must acknowledge receipt of the amendment to ensure compliance. Furthermore, the amendment mandates a formal air balancing report and confirms that officially submitted payroll records are unnecessary. Overall, this amendment reinforces the government's commitment to maintaining and upgrading historic sites while ensuring clarity and adherence to environmental standards throughout the procurement process.
Mar 31, 2025, 7:04 PM UTC
The document outlines a Request for Quotations (RFQ) from the National Park Service (NPS) for the replacement of the HVAC system at the Tuskegee Airmen National Historic Site in Alabama. The RFQ, designated as number 140P5125Q0011, was issued on March 17, 2025, with a closing date for quotations by April 7, 2025. This project focuses on replacing an outdated 7.5-ton heat pump split system in the Maintenance Shop, including various components such as the furnace, condenser, evaporator coil, and thermostat, in compliance with energy efficiency standards. The anticipated delivery and completion date is set for June 6, 2025. The RFQ seeks the involvement of small businesses and requires bidders to be registered with the System for Award Management (SAM). Evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) method, considering price, technical capability, and past performance. The document emphasizes the importance of safety, environmental standards, and compliance with regulations during the HVAC replacement process, mandating a site visit for prospective contractors to assess conditions prior to quoting. This initiative aligns with NPS's mission to preserve and interpret historical sites for future generations while ensuring public safety and operational efficiency.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J041--DAIKIN AAON HVAC MAINTENANCE AND REPAIR
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance and repair services for Daikin and Aaon HVAC systems at the Central VA Healthcare Center in Tuskegee, Alabama. This procurement is aimed at ensuring the efficient operation of critical HVAC systems, which are essential for maintaining a comfortable and safe environment for veterans receiving care. The solicitation will be processed in accordance with FAR Part 13, with the corresponding solicitation expected to be available on SAM.gov around May 5, 2025. Interested bidders must register in the System for Award Management and can direct inquiries to Contract Specialist Arthur Harris at arthur.harris2@va.gov or by phone at (240) 215-0575.
J--MACA-UPGRADE INADEQUATE VC HVAC CONTROLS
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to upgrade the HVAC control system at the Mammoth Cave National Park Visitor Center in Kentucky. The project involves a comprehensive inspection, software and hardware upgrades, system balancing, and operator training to ensure the long-term functionality and efficiency of the HVAC system. This initiative is crucial for maintaining comfort and operational efficiency for both staff and visitors while reducing energy consumption. Interested small businesses must submit their quotes by May 7, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
45--Supply, Deliver and Install Mini HVAC Unit, Whiske
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler with a new mini-split system, requiring the contractor to manage the removal of the old unit, installation of the new system, and compliance with environmental and operational regulations. This procurement is vital for maintaining a safe and comfortable environment for park staff and visitors, with a completion deadline of 21 days post-contract award. Interested parties must submit their quotations by April 22, 2025, with the anticipated award date set for May 5, 2025; for inquiries, contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018.
HVAC Install Bldg. 402 Space Systems Command
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of HVAC systems in Building 402 at Holloman Air Force Base, New Mexico. The project entails the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, to enhance air conditioning capabilities in three designated office rooms. This initiative is crucial for maintaining a comfortable working environment, particularly during the summer months when existing cooling systems are inadequate. Interested contractors should note that the project has an estimated value between $500,000 and $1,000,000, and proposals must be submitted in sealed envelopes. For further inquiries, contact Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, with a focus on adhering to the submission deadlines outlined in the solicitation documents.
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
Construction/Replacement of HVAC System - WPAFB, OH
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified small business contractors for the construction and replacement of the HVAC system at Wright-Patterson Air Force Base in Dayton, Ohio. The project aims to replace and consolidate existing air handling units (AHUs) while converting the facility to a variable air volume system, which includes significant upgrades to the heating, ventilation, and air conditioning infrastructure of a 49,000 square foot research building. This procurement is crucial for ensuring compliance with current fire and life safety standards and enhancing the facility's operational efficiency. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by May 8, 2025, with a detailed submission that includes company qualifications and relevant project experience, as the estimated contract value ranges between $5 million and $10 million. For inquiries, contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
Y--WICA VISITOR CENTER HVAC REMODEL
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for an HVAC remodel project at Wind Cave National Park in Hot Springs, South Dakota. The project entails replacing the existing Variable Refrigerant Flow (VRF) system, which includes the removal of current terminals and piping, and the installation of new components. This upgrade is crucial for maintaining the park's facilities and ensuring visitor comfort, with an estimated project cost ranging from $250,000 to $500,000 and a completion timeline of 180 days post-contract award. Interested firms are encouraged to submit their business information, including size status and bonding capabilities, by May 2, 2025, to Joseph Kirk at josephkirk@nps.gov, referencing project number 140P6325B0007.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
AV FIRE CENTER HVAC REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the replacement of the HVAC system at the Apple Valley Fire Center in California under Request for Quotation (RFQ) No. 140L1225Q0009. The project requires the complete removal and installation of an HVAC system, including an AC condenser unit, furnace, and air ducting, with a focus on efficiency and compliance with safety protocols. This initiative is crucial for maintaining optimal environmental conditions within the facility, ensuring operational efficiency in public service. Proposals are due by May 9, 2025, with a project period from May 19 to June 18, 2025, and interested small businesses should contact John Cabral at jcabral@blm.gov or 707-438-5293 for further details.