FUME HOOD AND DOWNDRAFT TABLE HVAC INSTALLATION
ID: 1305M224Q0356Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

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

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is soliciting quotes for the installation of a new fume hood and downdraft table HVAC system at Building 600 in Charleston, South Carolina. The project involves modifications to existing ductwork and HVAC systems, with a firm fixed price contract awarded based on the Lowest Price Technically Acceptable method, specifically reserved for small businesses under NAICS code 238220. This initiative is crucial for enhancing NOAA's operational capabilities in coral culture research and marine environmental health, ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 17, 2024, at 10:00 AM EST, and can direct inquiries to Andre Frantz at andre.frantz@noaa.gov or by phone at 757-317-0686.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the installation of a new fume hood and downdraft table at Building 600, located at 219 Fort Johnson Road, Charleston, SC. The primary objective is to remove the existing fume hood, which has deteriorated due to environmental conditions, and to establish a fully operational replacement along with a new downdraft table. The contractor must also make necessary modifications to the building’s ductwork and HVAC systems to ensure compliance with local, state, and federal regulations. Key tasks include dismantling the old fume hood, connecting a new exhaust duct, and installing the customer-supplied downdraft table. The contractor is responsible for all removals, installations, and system startups, as well as ensuring environmental compliance throughout the process. Deliverables include a work schedule, post-installation inspection, and verification documentation of the system's operations. The work must be executed during designated hours, ensuring minimal disruption to existing operations, and the personnel must comply with stringent security and environmental management guidelines. Overall, this project underscores the federal government's commitment to maintaining safe and effective research environments.
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes for modifications to the HVAC systems at Building 600 in Charleston, SC, specifically for ductwork and fume hood installation. This Request for Quotation (RFQ) 1305M224Q0356 emphasizes a firm fixed price contract based on the Lowest Price Technically Acceptable method. The work includes installing a new fume hood, downdraft table, and associated HVAC components within a 90-day performance period post-award. The RFQ is reserved for small businesses under the NAICS code 238220, with a size standard set at $29 million. Offerors must provide specific information with their quotes, including acknowledgment of RFQ terms and a Past Performance Reference form. Questions should be directed to the designated NOAA representative by September 10, 2024, with quotes due by September 12, 2024. The anticipated award date is around September 16, 2024. The contract also requires compliance with NOAA's Sexual Assault and Harassment Prevention Policy before service commencement. This initiative highlights NOAA’s commitment to enhancing its operational capabilities through qualified small business contractors while ensuring regulatory compliance and safety standards.
    The Past Performance Information Form outlines the requirements for quoters to demonstrate relevant past performance for government contracts. Quoters must provide a maximum of three contracts from the last three years that match the scope and complexity of the solicitation. Each submission should include details such as contract number, agency name, description of services, and key contact information. Newly formed entities lacking past performance should reference relevant contracts linked to key personnel. The form encourages quoters to discuss challenges encountered and corrective actions taken. Furthermore, quoters must summarize their experience in similar services, detailing contract type, dollar value, and subcontracting arrangements, if any. The National Oceanic and Atmospheric Administration (NOAA) retains the right to verify past performance information from various sources, reflecting their rigorous approach to ensuring contractor reliability and capability. This structure is typical of government RFPs, emphasizing transparency, accountability, and the need for demonstrable experience in relevant projects.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, establishing minimum wage rates and fringe benefits for various occupations in South Carolina's counties of Berkeley, Charleston, and Dorchester. It outlines requirements based on Executive Orders 14026 and 13658, specifying that contracts awarded after January 30, 2022, must pay a minimum of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The file details wage rates across numerous occupational categories, including administrative, automotive, food service, health, and technical occupations. Each occupation is assigned a specific hourly wage, with some categories indicating potential higher rates due to special conditions under the Executive Orders. Additionally, it highlights the entitlements to benefits such as health and welfare, paid vacation, and sick leave, emphasizing compliance requirements for contractors. The document aims to ensure fair compensation and worker protections for those engaged in federal contracts, aligning with the government's commitment to uphold labor standards. Overall, it serves as a critical reference for contractors to comply with federal labor laws while executing service contracts.
    The NOAA Coral Culture Lab project in Charleston, South Carolina, is spearheaded by Berger Devine Yaeger as the architect, with The Louis Berger Group handling the MEP and structural engineering, and Complete Building Corp. serving as the contractor. The lab will adhere to various building codes, including the International Building Code and the National Electrical Code, focusing on creating a facility designated for coral culture research and marine environmental health. The design includes detailed architectural and structural plans, specifying occupancy classifications, allowable building heights, and construction types. With two floors totaling 3,600 square feet, the building accommodates laboratories, offices, and utility spaces, ensuring compliance with safety and accessibility standards. Mechanical, plumbing, and electrical systems are outlined, incorporating heat pumps, fume hoods, and various lab equipment to support functional operations. The document highlights the importance of maintaining structural integrity, safety, and operational efficiency in accordance with federal guidelines. It reflects NOAA’s commitment to advancing coastal environmental research while following rigorous construction and design standards.
    The document is an amendment to solicitation RFQ 1305M224Q0356 concerning the installation of a Fume Hood and Downdraft Table HVAC system. The primary purpose of this amendment is to revise the submission deadline for quotes, moving it from September 12, 2024, at 3:00 PM (EST) to September 17, 2024, at 10:00 AM (EST). It is crucial for vendors to acknowledge receipt of this amendment as part of the submission process. The document outlines the required acknowledgment methods: either by inclusion in the offer copies, a separate letter, or electronic communication referencing the solicitation and amendment. The amendment underscores that all other terms and conditions of the solicitation remain unchanged. It emphasizes the importance of timely communication regarding offers, reinforcing the formalities in the government contracting process.
    The document is an amendment to Solicitation No. 1305M224Q0356 concerning the installation of Fume Hoods and Downdraft Table HVAC systems. The purpose of the amendment is to provide schematics necessary for vendors to submit accurate quotes. The due date for quotes remains unchanged, with a deadline of September 17, 2024, at 10:00 AM Eastern Time. Vendors are reminded to acknowledge receipt of this amendment in their submissions to avoid rejection of offers. The structure outlines procedures for acknowledging amendments, describes the modification of contracts/orders, and emphasizes the importance of compliance with specified timelines and requirements. Overall, the document serves to ensure that all potential contractors receive necessary information to prepare their bids accurately while maintaining the integrity of the solicitation process.
    The document is a Request for Proposal (RFP) issued by the EAD-OMAO in Norfolk, VA, under solicitation number 1305M224Q0356. It outlines a structured procurement process for commercial items or services categorized under NAICS code 238220, indicating a focus on small businesses with set-asides for specific categories such as service-disabled veteran-owned and women-owned small businesses. The document provides critical procedural information, including submission deadlines, contact details for inquiries, and specific clauses from the Federal Acquisition Regulation (FAR) that govern the contracting process. It also includes essential certifications and representations required for compliance, including prohibitions related to telecommunications services, foreign business operations, and terms regarding payment and delivery. The overall purpose is to solicit bids, ensuring that the procurement process is conducted transparently and in accordance with federal standards, while encouraging participation from diverse small business entities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    Manchester Campus Addition Construction at the Manchester Research Station in Port Orchard, Washington
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the Manchester Campus Addition Construction project at the Manchester Research Station in Port Orchard, Washington. This project involves the construction of a new, energy-efficient facility spanning approximately 24,000 gross square feet, which will include advanced laboratory spaces for marine species research and studies on ecosystem impacts, consolidating various functions currently spread across multiple sites. The procurement will follow Full and Open Competition guidelines, utilizing a Best Value approach where technical factors are prioritized over cost, with an estimated construction budget between $25 million and $35 million and a projected completion timeline of 700 days. Interested contractors must be registered with the System for Award Management (SAM) and are invited to a pre-submission site visit on February 21, 2025, with the official solicitation expected to be published on February 4, 2025. For further inquiries, contractors can contact Ronette McBean-Felder at ronette.mcbean-felder@noaa.gov or Scott Gebhardt at scott.gebhardt@noaa.gov.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    National Weather Service Eastern Region Helium and Hydrogen Supply, Delivery, and Tank Rental
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking suppliers for the provision of helium and hydrogen gas, including delivery and tank rental services, to support the National Weather Service (NWS) Eastern Region's Upper Air Observation program. This Sources Sought Notice aims to identify potential vendors capable of meeting the supply requirements at eleven designated Weather Forecast Office (WFO) sites across various states, including New York, Massachusetts, and South Carolina. The gases are critical for meteorological operations, ensuring accurate weather forecasting and observational capabilities. Interested parties must submit their qualifications and interest by 2:00 PM PT on October 01, 2024, to the designated NOAA contacts, Danyell Hertel and Crystal Chun, via their respective emails.
    Synopsis for Architect-Engineer (A-E) Services for NOAA Global Monitoring Laboratory (GML) American Samoa Atmospheric Baseline Observatory (SMO)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer (A-E) firms to provide design services for the American Samoa Atmospheric Baseline Observatory (SMO), focusing on the development of a renewable energy system aimed at achieving net-zero electricity. The project requires expertise in electrical, structural, and wind engineering to design a system incorporating photovoltaic (PV) technology, battery energy storage (BESS), and wind energy solutions. This initiative is crucial for advancing NOAA's sustainability goals and enhancing atmospheric research capabilities in a challenging island environment. Interested firms must submit their proposals by September 27, 2024, with the anticipated contract value ranging between $1,000,000 and $5,000,000. For further inquiries, contact Stephanie Mas at STEPHANIE.MAS@NOAA.GOV or call 303-578-6768.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    Preventative Maintenance, Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components at the Naval Complex, Newport, Rhode Island and Other Areas of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the preventative maintenance, repair, and alteration of Heating, Ventilation, and Air Conditioning (HVAC) equipment, as well as Central Chilled Water Plant and refrigeration systems at the Naval Complex in Newport, Rhode Island. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to fulfill recurring and non-recurring service requirements, including emergency service orders and a comprehensive Preventative Maintenance Program. This procurement is critical for maintaining operational efficiency and safety at the facility, with a projected yearly contract value of at least $900,000 and a total potential duration of five years, including optional extensions. Interested contractors must register in the System for Award Management (SAM) to submit proposals and receive updates, with the solicitation expected to be posted on SAM.gov around September 26, 2024. For further inquiries, contact Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690.
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.