Equipment Replacement - Replace Heating, Ventilati
ID: 140P5125Q0011Type: Combined Synopsis/Solicitation
AwardedApr 10, 2025
$22.9K$22,859
AwardeeSMOOTH CONTRACTING LLC 25 DUNVALE RD APT 440 Towson MD 21204 USA
Award #:140P5125P0027
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.