Bunkhouse HVAC National Key Deer Refuge, FL
ID: 140FC225Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elvia_arellano@fws.gov or by phone at 505-431-2736.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Key Deer Refuge in Big Pine Key, FL, intends to improve the energy efficiency of its bunkhouse air conditioning system to reduce operational costs and prevent mold growth. The project involves modifying the existing ductwork to install two new return ducts with filters to minimize outside air intake and replacing an old Mitsubishi air handler and condenser with a new 5-ton unit. Key tasks include proper installation, testing to ensure the system cools efficiently, and providing training on the new programmable thermostat. The project is scheduled to be completed within 30 days of the notice to proceed, with all work inspected by the government before payment. Contractor coordination with Refuge Management is essential, and any demolition materials will need to be disposed of responsibly. The initiative aligns with federal objectives to enhance efficiency in government-operated facilities.
    The document outlines the mechanical plan for a new bunkhouse at the U.S. Fish & Wildlife Service's Nut Farm Maintenance Complex in Big Pine Key, Florida. It includes detailed information about various appliances and systems installed, such as washers, dryers, refrigerators, and toilets, along with associated mechanical equipment like condensate drains and ventilation systems. The plan specifies the locations and dimensions of these installations, as well as relevant airflow rates, which are crucial for HVAC operations. Additionally, the document emphasizes that certain tasks related to lift work and insulation verification are the responsibility of the owner. There are multiple scales referenced for accurate construction measurements and layouts. The information is proprietary to Bilfinger Industrial Services Inc., illustrating the need for confidentiality in project execution. Overall, this mechanical plan provides a structured overview essential for the construction and operational functionality of the new facility, aligning with government project standards and requirements.
    The document, Solicitation No. 140FC225Q0012, outlines a Request for Proposals (RFP) for a Firm-Fixed Price construction contract aimed at the replacement of air conditioning units and efficiency modifications at the National Key Deer Refuge in Florida. It details various sections regarding prices, specifications, project delivery, contract administration, and clauses related to the work. The proposal requires a written progress plan from contractors, specifies inspection and acceptance protocols, and incorporates clauses from federal regulations regarding labor standards and environmental compliance. Key components include the requirement for contractors to adhere to environmental regulations, including proper waste disposal and handling of hazardous materials. There are stipulations about using domestically sourced construction materials and maintaining documentation for safety compliance. Contractors are mandated to work within defined hours and are accountable for notifying authorities if any endangered species or archaeological artifacts are discovered on site. The document emphasizes adherence to Davis-Bacon wage standards, ensuring fair pay for labor in federally funded projects. Overall, the RFP reflects the government’s commitment to environmental stewardship while emphasizing compliance with federal contracting practices.
    The document outlines wage determinations for building construction projects in Monroe County, Florida, under the Davis-Bacon Act, which mandates minimum wage rates for workers. The general decision number FL20250022 is effective as of January 24, 2025, with updates reflecting prevailing wage rates for various construction roles. Key minimum wage thresholds include $17.75 per hour under Executive Order 14026 for contracts initiated or renewed post-January 30, 2022, and $13.30 under Executive Order 13658 for contracts awarded between January 1, 2015, and January 29, 2022. Specific wage rates for skilled trades such as electricians, crane operators, and ironworkers are detailed, including corresponding fringe benefits. Additionally, the document covers worker protections under Executive Orders related to paid sick leave and addresses appeals processes for wage determination disputes. This comprehensive wage overview is essential for compliance in federal and state-funded construction projects, ensuring that contractors meet labor standards. The structured format facilitates clarity in wage classification and contract requirements.
    The government solicitation invites offers for a construction project titled "Nut Farm Bunkhouse HVAC Efficiency Improvement," with a contract type of Firm-Fixed Price. The total value of the project is under $25,000, requiring the contractor to begin performance within specified calendar days after receiving the Notice to Proceed (NTP). A site visit is encouraged but not mandatory, scheduled for February 11, 2025, with participation requiring prior email confirmation to the Contracting Officer. Questions regarding the solicitation must be submitted in writing by February 13, 2025. Quotes are due by February 25, 2025, via email. The evaluation for award will consider past performance and price, aiming for the best value for the government. All offers must comply with the specified work requirements and solicitation clauses, and the contractor may need to furnish performance and payment bonds. The project's completion timeline is flexible, depending on identified supply issues. This solicitation is part of the broader federal procurement process, focusing on construction and repair services through an Invitation for Bid (IFB) or a Request for Proposal (RFP).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.
    GLCA - Lees Ferry HVAC Replacement - Housing Units
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems in the Lees Ferry housing units located within the Glen Canyon National Recreation Area. The project involves the removal of existing HVAC systems and the installation of upgraded heat pumps that meet modern energy efficiency standards, with a completion deadline set for April 30, 2025. This initiative underscores the government's commitment to sustainable practices and high-quality public facility upgrades, with a budget estimated between $25,000 and $100,000. Interested small businesses must submit their offers by February 20, 2025, and can contact Kimberley Greist at kimgreist@nps.gov or 202-897-7403 for further information.
    LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge Administration building in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, relocate existing electrical and air conditioning components, and ensure compliance with federal, state, and local building codes and safety regulations. This initiative is crucial for enhancing the facility's hurricane preparedness and infrastructure resilience. Interested small businesses must submit their proposals, including a lump-sum pricing breakdown, within the specified timeline of 120 calendar days after receiving the Notice to Proceed. For inquiries, contractors can contact Micah Holmes at micahholmes@fws.gov.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    AK-KODIAK NWR-VC HEATING OIL TANK
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the removal of an existing 1,100-gallon double-walled heating oil tank and the installation of a new double-walled tank at the Kodiak National Wildlife Refuge in Alaska. The procurement emphasizes compliance with safety and environmental regulations, requiring contractors to provide detailed quotes that include all associated costs for materials, labor, and delivery, as well as shop drawings to confirm adherence to specified standards. This project is crucial for maintaining operational efficiency and environmental integrity at the refuge, reflecting the government's commitment to its environmental assets. Interested small businesses must submit their quotes by February 12, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    VA HARRISON LAKE NFH VC ROOF
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.
    BOST - HVAC PM REPAIR/SERVICE CONTRACT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the BOST - HVAC PM Repair/Service Contract at the Boston National Historical Park. The procurement involves preventive maintenance, inspections, and repairs of HVAC systems across various park facilities, with a focus on ensuring operational efficiency and compliance with safety standards. This contract is crucial for maintaining the park's historic environment while providing essential services, and it is set aside for small businesses under NAICS code 238220. Interested contractors must submit their quotations by February 21, 2025, and can contact Jason Albright at JasonAlbright@nps.gov or 617-519-6145 for further details.