BOST - HVAC PM REPAIR/SERVICE CONTRACT
ID: 140P4325Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, 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 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 Jason_Albright@nps.gov or 617-519-6145 for further details.

    Point(s) of Contact
    Albright, Jason
    (617) 519-6145
    (760) 934-4780
    Jason_Albright@nps.gov
    Files
    Title
    Posted
    The document outlines an RFP for HVAC Maintenance Services at the Boston National Historical Park, covering a contract schedule for base and option periods spanning from March 2025 to February 2028. It details requirements for annual preventive maintenance inspections and quarterly services across multiple facilities, including the Bunker Hill Museum, Visitors Center, and various buildings within the Navy Yard. Bid items are specified by unit quantity and include various HVAC system types, with provisions for labor rates and parts allowances. The total bid calculations emphasize unit pricing, hourly rates, and percentage markups for parts, with bidders required to provide comprehensive pricing for base and option periods. The evaluation process establishes that total bid amounts will determine contractor selection, reinforcing the need for compliance with submission requirements. It also warns against non-responsive bids based on pricing imbalances, with the award decision guided by Federal Acquisition Regulations. This RFP illustrates the government's structured approach to procure essential maintenance services through detailed specification and evaluation criteria.
    The document presents Wage Determination No. 2015-4047 issued by the U.S. Department of Labor, establishing minimum wage rates for federal contracts under the Service Contract Act, effective in designated areas of Massachusetts. It outlines the application of two executive orders: Executive Order 14026, mandating a minimum wage of $17.75 per hour for contracts initiated or renewed after January 30, 2022, and Executive Order 13658, setting a minimum wage of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination includes detailed wage rates for various occupations, including administrative support, automotive service, health occupations, and technical roles, specifying benefits such as health and welfare rates, vacation time, and holiday provisions. Additionally, it highlights mandatory fringe benefits, paid sick leave requirements, and the conformance process for additional classifications. The document emphasizes compliance with federal wage requirements and seeks to ensure fair compensation for workers engaged in government contracts, reflecting the government's commitment to maintaining equitable labor standards per federal laws. It serves as a vital resource for contractors and subcontractors bidding for federal contracts, ensuring adherence to legal wage standards.
    The Boston National Historical Park seeks a contractor for a Scheduled Service Agreement focused on preventive maintenance and 24/7 repair services for HVAC systems across various buildings. The contract encompasses a base year followed by two option years, covering tasks such as regular inspections, equipment servicing, and emergency repairs. The contractor will need to furnish all necessary labor, materials, and supervision, excluding filters, which will be provided by the park. Key requirements include compliance with safety standards, timely service responses (within two hours for non-emergencies and one hour for emergencies), and maintaining thorough documentation of services performed. Background checks and certification of personnel are mandatory to ensure expertise in HVAC systems. The contractor must coordinate with the government representatives and adhere to specific security protocols at park facilities, emphasizing minimal disruption to park operations and the historic environment. The agreement outlines clear expectations for service execution, reporting, and compliance with relevant regulations, underpinning the park's commitment to preserving its resources while ensuring operational efficiency.
    The solicitation outlines a request for quotations (RFQ) for preventive maintenance, inspections, and repairs of HVAC systems at the Boston National Historical Park. It is designated as a Total Small Business Set-Aside under NAICS code 238220. The government intends to award one Firm-Fixed-Price Purchase Order with Time & Materials for a base year from March 1, 2025, to February 28, 2026, with options for two additional service years. Key evaluation factors include technical qualifications, experience with similar projects, past performance documentation, and pricing. Contractors must provide their personnel's qualifications and demonstrate prior relevant experience, including two similar projects completed in the last five years. A pre-bid site visit is scheduled to assess project conditions, while quotes are due by February 21, 2025. The solicitation follows standard federal guidelines and objectives aimed at ensuring the government receives competent and compliant service providers while adhering to small business regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BOST- MECHANICAL/PLUMBING SYSTEMS
    Buyer not available
    The Department of the Interior, National Park Service, is soliciting bids for preventative maintenance and repair services for plumbing, mechanical, and heating systems at the Boston National Historical Park. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a firm-fixed-price/time and materials agreement for a base year and two optional years, requiring contractors to provide all necessary labor, materials, and equipment while adhering to applicable regulations. This procurement is vital for maintaining the operational efficiency and safety of critical infrastructure within federal parks, ensuring the preservation of historical sites. Interested contractors must submit their quotes via email by February 13, 2025, and can direct inquiries to Janice Boscoe at janiceboscoe@contractor.nps.gov.
    Z--YOSE and SEKI HVAC MATOC
    Buyer not available
    The National Park Service (NPS) is seeking qualified small business firms to provide HVAC construction services through a Multiple Award Task Order Contract (MATOC) for facilities located within Yosemite National Park, Sequoia National Park, and Kings Canyon National Park. The contract will encompass a variety of HVAC projects, including the removal and disposal of existing equipment, installation of new systems, and necessary repairs and restorations, with contractors expected to manage multiple concurrent task orders across the parks. Interested firms must submit a capabilities statement and information on past projects by February 7, 2024, at 4:00 PM PST, with a total contract value not exceeding $1.5 million over five years and individual task orders ranging from $2,000 to $250,000. For inquiries, contact Timothy Modjeski at timmodjeski@nps.gov or 303-819-9916.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is soliciting proposals for the removal and replacement of an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building 2410, located at Joint Base Cape Cod, Massachusetts. The project aims to support critical functions related to GPS capabilities for the United States Air Force and the Federal Aviation Administration, requiring comprehensive construction services that include demolition, installation of a new HVAC system, and adherence to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with an estimated contract value between $25,000 and $125,000, and proposals are due by 4:00 PM EST on February 21, 2025. Interested contractors can reach out to Patricia Barnett or Matthew Phelps for further inquiries and are encouraged to attend a site visit scheduled for February 7, 2025.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    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 elviaarellano@fws.gov or by phone at 505-431-2736.
    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.
    HAVO FIRE SYSTEMS PMI
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the HAVO Fire Systems Preventative Maintenance and Inspection (PMI) project at Hawaii Volcanoes National Park. The procurement involves comprehensive maintenance and inspection services for fire suppression systems, alongside compliance with invasive species regulations, with a focus on adhering to established safety standards. This initiative underscores the federal commitment to maintaining operational safety and environmental integrity within national parks. Interested small businesses must submit their bids by February 7, 2025, with the anticipated contract performance beginning on February 17, 2025. For further inquiries, contractors can contact Edward Cortez at edwardcortez@nps.gov.
    Ductless Mini-Split Heating & Cooling System for DCR Room at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotes for the installation of a ductless mini-split heating and cooling system in Building 2410 at Joint Base Cape Cod, Massachusetts. The project requires a contractor to provide all necessary personnel, equipment, and materials to complete the installation in accordance with the provided Statement of Work and specifications, with a budget estimated between $5,000 and $30,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal regulations and ethical standards in the contracting process. Interested contractors must submit their quotes by February 21, 2025, and may contact Patricia Barnett at patricia.barnett@dot.gov or 857-259-2998 for further information.
    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.
    S--BOST- CUSTODIAL SERVICES
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is announcing a presolicitation for custodial services in Boston, Massachusetts. This procurement will involve a sole source Ability One contract awarded exclusively to Community Workshops INC (CWS), focusing on comprehensive janitorial duties for two NPS East Region office buildings. The services required include cleaning various interior spaces such as offices, hallways, restrooms, and lobbies, along with specific tasks like floor cleaning, vacuuming, and sanitizing facilities, reflecting the government's commitment to supporting Ability One programs. For further inquiries, interested parties can contact Janice Boscoe at janiceboscoe@contractor.nps.gov.
    HVAC Performance Maintenance Services USCG Sta. Tybee
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for HVAC Performance Maintenance Services at USCG Station Tybee in Savannah, Georgia. The contract requires a firm fixed-price for preventive maintenance services, including routine maintenance, emergency service calls, and corrective repairs for HVAC systems, with a performance period of one base year and four optional renewal years. This procurement is crucial for ensuring the operational efficiency and safety of HVAC systems within government facilities, adhering to federal standards and regulations. Interested small businesses must submit their quotes by 11 a.m. on February 21, 2025, and can direct inquiries to Adam Hitchcox at Adam.S.Hitchcox@uscg.mil or Evan Estep at Evan.C.Estep@uscg.mil.