Z--HVAC CONTROL SYSTEM, OR
ID: 140L0625B0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior's Bureau of Land Management (BLM) is soliciting bids for the installation of a new HVAC Control System at its Northwest Oregon District Office in Salem, Oregon. The project aims to replace outdated HVAC controls with a modern Supervisory Network Engine (SNE) Controller, enhancing energy management and operational efficiency while ensuring compliance with federal standards. This initiative is crucial for improving indoor environmental quality and employee comfort in the facility, with a contract value estimated between $1 million and $5 million, specifically set aside for small businesses. Interested contractors must submit their bids by the specified deadlines and can direct inquiries to Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management's Northwest Oregon District Office is seeking to improve its outdated HVAC system through a structured renovation project. The initiative aims to enhance energy efficiency, indoor environmental quality, and overall employee comfort while addressing deteriorating conditions in the current setup. The contract includes several work elements: the removal of existing ceiling structures, replacement of the Honeywell DDC HVAC control system, installation of new VAV terminal units, and necessary ductwork adjustments. Additional tasks involve testing, commissioning, and training for staff on the upgraded systems. The project emphasizes compliance with sustainability principles and aims to ensure minimal disruption during construction activities. Key requirements include contractor oversight by the Contracting Officer and adherence to specific operation guidelines during construction at the site in Salem, Oregon. Attachments provide further details, including mechanical drawings and sequence of operations for the HVAC control system. This project represents a significant investment in maintaining federal building standards and improving operational efficiency.
    The Bureau of Land Management (BLM) is initiating HVAC system improvements at the Northwest Oregon District Office through a contract with Johnson Controls Inc. This project aims to install a Supervisory Network Engine (SNE) Controller, integrating mechanical equipment controls with the BLM Metasys ADX server in Denver for remote management capabilities. Key tasks include the installation of the SNE, connectivity of existing equipment to this system, and the development of user-friendly graphics for system monitoring. The contractor must work within regular business hours and coordinate with BLM personnel to minimize disruption, maintaining access to the facility's operational areas. The project site is a three-story building constructed in 1981, lacking an existing SNE system. Closeout submittals will require operation manuals and as-built drawings upon project completion. This initiative is crucial for enhancing remote monitoring and control of HVAC systems, ultimately improving energy management and operational efficiency for the BLM's facility in Salem, Oregon.
    The document is a fragmented and corrupted file related to federal grants, RFPs, and local RFPs, likely intended for dissemination within governmental or contracting circles. Despite its compromised state, key elements suggest that it involves descriptions of potential funding opportunities, project requirements, and eligibility criteria for various initiatives. Topics of focus likely include guidance on application procedures for grants, project specifications, budgetary constraints, and timelines. The text alludes to various stakeholders, including federal and state agencies, indicating the collaborative nature of these proposals. The content may also touch on compliance with federal regulations and initiatives aimed at community development, infrastructure enhancement, or environmental assessment, underlining the importance of adhering to governmental standards. In summary, the document serves as a reference for entities seeking funding or partnership opportunities through governmental programs, emphasizing the need for a clear understanding of project parameters and grant administration processes.
    The document is a solicitation for bids related to construction, alteration, or repair work, designed in accordance with federal procurement standards. It outlines key sections including the solicitation number, project details, and essential requirements for potential contractors. Offerors must submit sealed bids, complete a designated "offer" section, and may need to provide performance and payment bonds depending on the contract stipulations. The solicitation includes deadlines for bid submission and guidelines on expected performance timelines post-award. The contractor's agreement includes adherence to government requirements, acknowledgment of any amendments, and submission of invoices to specified addresses. This form establishes the framework for a contracting relationship between the government and the selected bidder, reinforcing the necessity for compliance with regulatory standards in the bidding process. Ultimately, the document serves as a formal invitation for competitive bids aimed at fulfilling governmental construction needs efficiently and according to established legal protocols.
    The document outlines a solicitation (Number 140L0625B0004) for an HVAC Control System project designated for small businesses, with a performance period of 90 days following the Notice to Proceed (NTP). It specifies a minimum self-performance requirement of 25% and details the limitations on subcontracting as per FAR 52.219-14. Key components include the breakdown of costs, which encompasses total proposed amounts, materials, and labor costs, along with how payments to subcontractors are categorized—distinguishing between small and large business subcontractors. To comply with the limitations on subcontracting, the calculated percentage must exceed the mandated self-performance rate. The document provides guidance on calculating material costs and emphasizes the need for subcontractors to qualify as small businesses under the relevant NAICS. Overall, the solicitation enforces regulations to ensure small business participation while prescribing detailed tracking and reporting requirements for contracted labor and materials, aimed at fostering fairness and transparency in federal contracting processes.
    The United States Department of the Interior's Bureau of Land Management (BLM) is soliciting bids for an HVAC Control System installation project in Oregon, addressing essential questions from contractors. Key topics include responsibility for the disposal of wood lattice, establishing temporary facilities, and air quality testing during construction. Contractors must limit containment areas to immediate work zones and are responsible for protecting office equipment during personnel relocations. Specific compliance with Buy America and American standards is required along with warranty expectations outlined in the initial solicitation. Documentation requirements and commissioning agent specifications are detailed in the accompanying Statement of Work. Additionally, contractors are instructed to follow specified valuation replacements without alternatives, ensuring all work aligns with federal standards. This document serves as a clarification response within the context of government contracting processes, emphasizing compliance, safety, and contractor responsibilities throughout the project duration.
    The Northwest Oregon District Office is implementing HVAC system improvements, focusing on control sequences for operation within the building. The document outlines the proposed sequences based on ASHRAE guidelines, delineating zone group assignments for various office spaces. Critical components include trim and respond setpoint logic to optimize heating and supply air management, adaptable occupied-unoccupied modes, and specific controls for heating systems and air handling units. Occupancy schedules will be adjusted seasonally, ensuring efficient temperature management based on usage patterns. The document addresses key operational aspects such as fan controls, dampers, and emergency protocols, emphasizing alarm conditions for system failures or environmental hazards. Continuous monitoring of temperature and air quality will be enforced, mandating response protocols for deviations. Overall, this proposed plan demonstrates a commitment to enhancing building comfort and system efficiency while adhering to regulatory requirements, thereby ensuring a safer and more sustainable work environment for the Northwest Oregon District Office.
    The Northwest Oregon District Office is initiating a project to replace the HVAC system controls in Salem, OR, with an emphasis on compliance with BLM Codes and Standards. The Designer of Record is tasked with determining the complete requirements for the HVAC systems, following specifications such as the 2005 SMACNA guidelines and NFPA 1500-21 standards. Key components of the project include the installation of a Johnson Controls Metasys supervisory controller, which must integrate smoothly with the existing server in Denver, ensuring alignment with graphics and data layout standards used in other BLM buildings. Submittals during construction will include detailed equipment data, shop drawings, and test reports to confirm operational integrity. The HVAC system must operate independently during network failures, featuring stand-alone control mechanisms, trending, scheduling, and alarm tables for effective monitoring. A dedicated workstation for operators is not required as the system is accessible through the BLM intranet. This project underscores the government’s commitment to upgrading its facilities while adhering to established safety and operational protocols, highlighting the importance of modernizing building management systems in federal operations without sacrificing regulatory compliance.
    This file outlines a limited in-scope asbestos survey conducted by Environmental Testing & Training NorthWest (ETTNW) at a commercial building located at 1717 Fabry Rd SE, Salem, Oregon. The inspection was requested by Thom Jones in anticipation of upcoming HVAC and plumbing work, aiming to identify potential asbestos-containing materials (ACM). ETTNW performed the survey on December 11, 2024, sampling materials suspected of containing asbestos, analyzing them using polarized light microscopy. The report indicates no asbestos-containing materials were detected in the samples taken. It includes a brief site description, noting that the building encompasses 6,144 square feet, was occupied at the time of the survey, and is owned by the Bureau of Land Management (BLM). Key recommendations emphasize that any asbestos encountered should be handled by licensed abatement contractors, adhering to OSHA regulations and other safety protocols. Overall, the survey is designed to ensure compliance with federal and state asbestos management regulations, providing vital information for safe renovation or demolition practices. The absence of detected ACM supports the likelihood of safe construction activities moving forward, while highlighting the importance of thorough inspection and professional handling in potential ACM scenarios.
    The Bureau of Land Management (BLM) is seeking approval for a sole-source contract with Johnson Controls International PLC (JCI) for HVAC system improvements at their Northwest Oregon District office. This necessity arises from the requirement for the proprietary Metasys® Building Automation System (BAS), exclusive to JCI, which is vital for enhancing energy management and HVAC control with remote monitoring capabilities on the BLM network. The project intends to replace outdated systems, ensuring compliance with BLM's IT Security Program. The justification for limited competition is grounded in statutory authority allowing contract awards under circumstances where only one responsible source can fulfill the requirements. Though market research acknowledged JCI's unique qualifications, the government will publish this justification to solicit alternative solutions. The contracting officer anticipates fair pricing due to competitive offers from small businesses responding to the overall construction solicitation. The BLM underscores ongoing efforts to monitor the market for compatible systems in future acquisitions, ensuring adaptability in their operational capacities. Overall, the document outlines a comprehensive rationale for this action, reflecting the BLM's commitment to maintaining efficient and secure operations in their facilities.
    The Bureau of Land Management (BLM) is preparing to solicit bids for upgrading the HVAC control system at its Northwest Oregon District Office in Salem, Oregon. The project, valued between $1 million and $5 million, aims to enhance the functionality of the existing HVAC systems through rebalancing and recommissioning. Key tasks include replacing the outdated Honeywell DDC HVAC control system and necessary components such as reheat coils, control valves, actuators, and sensors, as well as refurbishing architectural elements like ceiling panels. This invitation is set aside exclusively for small businesses under a $19 million size standard, with the upcoming solicitation expected to be issued in April 2025. Bidders must possess a Unique Entity ID and an active System for Award Management (SAM) profile. A site visit is scheduled 1-2 weeks post solicitation release. Proposal submissions will be due 30 days following the issuance of the invitation for bid. This project reflects the BLM's commitment to ensuring operational efficiency and environmental sustainability within federal facilities.
    This document outlines Amendment 0001 to Solicitation No. 140L0625B0004 regarding a project related to HVAC Control Systems, administered by the Bureau of Land Management (BLM). The amendment includes updates that require contractors to acknowledge receipt by specified methods to avoid rejection of their offers, as stated in the solicitation. The primary purpose is to add new contract attachments—Attachment 14, which contains Questions and Answers related to the solicitation, and Attachment 15, a Sign-In Sheet for a site visit. This amendment does not alter any other terms and conditions of the original solicitation. The Point of Contact for further inquiries is provided, indicating a contracting specialist who can assist with questions related to this amendment. Overall, the document serves to ensure clarity and compliance among contractors involved in the federal procurement process, emphasizing procedural requirements for bid submissions and contract modifications.
    The document outlines a federal solicitation for the construction and installation of a new HVAC Control System for the Bureau of Land Management in Marion County, Oregon. It serves as an Invitation for Bid (IFB) under solicitation number 140L0625B0004. The contractor is required to perform various tasks, including demolition and replacement of existing components, adhering to specific safety and environmental standards. The total bid amount is targeted within the $1 million to $5 million range, and the contract is set aside for small businesses, emphasizing compliance with federal wage determinations. The document includes detailed project requirements, including a scope of work and attachments covering technical specifications, control system replacement drawings, and safety assessments. Key milestones, such as bid submittal deadlines, site visit dates, and bid opening times, are specified. Additionally, stipulations around performance bonding and electronic invoicing for payments are noted, along with limitations on subcontracting to ensure project compliance. Overall, this solicitation document is structured to guide potential contractors in preparing their bids while ensuring federal compliance and promoting safe and environmentally sound construction practices.
    The Bureau of Land Management (BLM) has issued a Sources Sought Notice for market research regarding an upcoming project to upgrade and modify the HVAC control system at its Northwest Oregon District Office in Salem, OR. This initiative involves replacing the existing Honeywell DDC HVAC control system with a new Johnson Controls Metasys system and includes rebalancing and recommissioning the HVAC systems. Other modifications will consist of architectural updates, such as replacing decorative wood lattice panels and suspended ceiling tiles. The anticipated project cost ranges between $1,000,000 and $5,000,000, with proposals expected in Spring 2025. Interested businesses, both large and small, are encouraged to respond by filling out a Microsoft form linked in the notice. The BLM aims to assess the level of interest and qualifications to inform its acquisition strategy, including the potential for small business set-asides. Bid and performance bonds will likely be required for successful bidders. Responses must be submitted by February 14, 2025, at 2:00 PM MT. Monitoring of SAM.gov is advised for further information and updates regarding the solicitation.
    Lifecycle
    Title
    Type
    HVAC CONTROL SYSTEM, OR
    Currently viewing
    Solicitation
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@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.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.
    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.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    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 located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.