REPAIR HEATING SYSTEM - MA
ID: 140FC225R0006Type: 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

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals from qualified contractors to repair and upgrade the heating systems at the North Attleboro National Fish Hatchery in Massachusetts. The project involves repairing the existing boiler and hydronic heating system in the Hatchery Building and replacing outdated warm air furnaces in the Old Office/Garage with new mini split ductless systems, ensuring compliance with safety regulations and building codes. This initiative is part of the federal effort to enhance operational efficiency and energy efficiency within critical infrastructure. Interested small businesses must submit their proposals by March 18, 2025, following a mandatory site visit on March 4, 2025, and can contact Christine Beauregard at Christine_Beauregard@fws.gov or 413-253-8232 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The North Attleboro National Fish Hatchery in Massachusetts seeks proposals for HVAC repair and installation work at the Hatchery and Old Office/Garage buildings. The project involves repairing the existing boiler and hydronic heating system in the Hatchery Building while replacing the outdated warm air furnaces in the Old Office/Garage with new mini split ductless systems. The work scope includes necessary repairs and upgrades to ensure proper functionality of the heating systems, adhering to relevant safety regulations and building codes. The contractor will be responsible for providing all equipment, installation, and testing to guarantee a fully operational HVAC system. Specific requirements include installation of Mitsubishi units with defined BTU capacities and a commitment to safety protocols as per OSHA standards. All work must comply with federal guidelines, including proper disposal of obsolete equipment. The completion timeline is set for 180 days from the notice to proceed, culminating in operational training for hatchery personnel and submission of maintenance documentation. This project exemplifies federal efforts to upgrade vital infrastructure while addressing energy efficiency and operational safety.
    The document is a Past or Present Performance Survey intended for companies responding to federal RFPs (Requests for Proposals) or grants. It gathers essential information about the company, including its general business details, key personnel, and unique entity ID from SAM.gov. The bulk of the document focuses on a structured gathering of contract details, requiring information on up to three prime contracts or subcontracts, preferably government-related, but allows submissions of other contracts when government contracts are unavailable. For each contract, the survey collects critical data such as contracting agency or company name, point of contact details, contract amount, project title, scope, roles, subcontracting information, and performance metrics (completion dates and percentages). It also asks about challenges faced, solutions implemented, and the use of quality control and safety plans. Lastly, there is a certification section for the survey preparer to fill out, ensuring accountability and authenticity. The purpose of the survey is to assess the past performance of companies, which is vital for federal procurement processes, supporting government agencies in evaluating potential contractors based on their previous experience and reliability.
    The U.S. Fish and Wildlife Service is soliciting proposals for HVAC system repairs at the North Attleboro National Fish Hatchery, with an expected performance timeframe of six months post-award. The project, designated under solicitation number 140FC225R0006, emphasizes participation from small businesses, adhering to federal regulations. Interested contractors must attend a site visit on March 4, 2025, and submit their proposals by March 18, 2025, focusing on a firm-fixed-price contract model. The evaluation will consider technical responses, past performance on similar projects, and pricing, with technical factors weighted at 51% of the decision. Respondents must be registered in the System for Award Management (SAM) and provide necessary documentation, including performance and payment bonds depending on the project amount. Key requirements entail proposals detailing compliance with environmental standards, insurance, and certain telecommunications regulations. This solicitation serves to enhance operational efficiency within the hatchery while ensuring compliance with federal contracting guidelines and promoting small business engagement in government projects.
    The document appears to be a corrupted or unrecoverable file, likely related to federal government RFPs (Requests for Proposals), grants, or state local RFPs. Given its incomplete and indecipherable content, no clear main topic or key details can be extracted for analysis. It lacks coherent structure and identifiable themes typically present in grant applications or government contracts. The presence of repetitive characters, special symbols, and fragmented information suggests a malfunction in the file format or data corruption, making it impossible to summarize with any meaningful interpretation of government objectives, project proposals, or grant conditions. The inability to retrieve or interpret meaningful content signifies a loss of essential information that would have otherwise outlined project goals, funding opportunities, and procedural guidelines for stakeholders involved in public funding initiatives. Without access to a viable version of the document, no coherent insights or summaries can be produced.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    Idaho Custom Fish Feeding System Installation
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the installation of a custom-designed automated fish feeding system at the Clearwater Fish Hatchery in Ahsahka, Idaho. This project, designated under solicitation number 140FS125Q0043, is a total small business set-aside and aims to enhance fish propagation by accommodating 1.9 million Chinook salmon and 900,000 Steelhead through modern feeding technology. The installation will require the contractor to ensure proper positioning, power connections, and functionality of the system, adhering to safety regulations due to the proximity to water and live fish. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025; interested parties should contact Chelsea Devivo at chelseadevivo@fws.gov for further information.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The primary objective is to ensure consistent propane delivery to support the heating needs of the Center, which plays a crucial role in the conservation of the endangered black-footed ferret population through managed care and breeding. Interested vendors must submit their proposals by March 10, 2025, demonstrating technical capability, past performance, and pricing, while adhering to federal regulations and compliance standards. For further inquiries, potential bidders can contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
    Nome, AK Boiler Replacement at FAA Housing Complex
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of boilers at the Nome, Alaska FAA housing complex. The project aims to enhance the heating system's functionality and efficiency while ensuring minimal disruption to residents during the transition. This procurement is crucial for maintaining safe and comfortable living conditions for FAA personnel, with a total project budget estimated between $500,000 and $1,000,000. Interested contractors must submit their proposals by February 21, 2025, and can direct inquiries to Jason Fox at Jason.A.Fox@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.
    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.
    Umpqua National Forest HVAC Replacements
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for HVAC replacements at the Umpqua National Forest in Oregon. The project involves replacing two non-functioning HVAC systems at designated locations within the Diamond Lake Ranger District, emphasizing the supply, installation, and disposal of HVAC units to maintain forest facilities. This initiative is part of the government's commitment to infrastructure maintenance and environmental stewardship on public lands. Interested small businesses can contact Susie Felton at susie.felton@usda.gov or call 971.710.8493 for further details regarding the presolicitation notice, which is set aside for total small business participation under NAICS Code 238220.
    N--Replace HVAC Units - Hubbell Trading Post NHS (HUT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. The project involves the removal of existing HVAC systems and the installation of new units, with sizes ranging from 1.5 to 5 tons, ensuring compliance with specific guidelines and the use of natural gas heating. This procurement is critical for maintaining the operational integrity of the facility, and contractors must adhere to Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. Interested contractors should submit sealed bids by March 6, 2025, with a site visit scheduled for February 26, 2025, and project completion expected within 90 days of the Notice to Proceed. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to replace HVAC Chiller 2 and associated Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project involves the removal of a failed 60-ton Daikin chiller and its replacement with a new unit, along with updates to the VFD for an HVAC pump, all to be completed within 90 days of contract award. This procurement is critical for maintaining safe and efficient operations at the marine sanctuary, ensuring compliance with federal safety and performance standards. Interested contractors must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date around March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.