45--Supply, Deliver and Install Mini HVAC Unit, Whiske
ID: 140P8425Q0023Type: Solicitation
AwardedMay 2, 2025
$8.3K$8,300
AwardeeINFINITI SCOPE, LLC 634 SHANNON DR Chapel Hill NC 27516 USA
Award #:140P8425P0020
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

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

PSC

FUEL BURNING EQUIPMENT UNITS (4530)

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 small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler with a new mini-split system, requiring the contractor to manage the removal of the old unit, installation of the new system, and compliance with environmental and operational regulations. This procurement is vital for maintaining a safe and comfortable environment for park staff and visitors, with a completion deadline of 21 days post-contract award. Interested parties must submit their quotations by April 22, 2025, with the anticipated award date set for May 5, 2025; for inquiries, contact Brenda Lewis at Brenda_Lewis@nps.gov or call 206-220-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a compilation of government files related to Requests for Proposals (RFPs) and funding opportunities at federal, state, and local levels. Primarily, it addresses the criteria, guidelines, and objectives for potential contractors and grant applicants. Key topics include the evaluation and selection process for proposals, eligibility requirements for grants, and expected outcomes of drawn contracts or awards. Central points highlight the importance of compliance with specific regulatory frameworks, budget considerations, and timelines for project completion. Details may also include insight into project scopes, expected deliverables, and resources required. The document's structure reflects a systematic approach to understanding the framework in which federal and local proposals operate, ensuring that stakeholders are adequately informed about procedural expectations. The emphasis remains on facilitating transparency, efficiency, and accountability in the utilization of public funds for various projects aimed at improving community and government services.
    The document is an attachment to RFQ No. 140P8425Q0023, primarily concerning Offeror Representations and Certifications required for businesses seeking federal contracts. It outlines the necessary submissions for businesses to affirm their eligibility, including their status as small businesses, veteran-owned enterprises, and compliance with federal regulations regarding child labor and telecommunications equipment. The form captures essential company information, such as the business name, address, and SAM UEI. Key sections define terms related to various business classifications (e.g., economically disadvantaged women-owned small businesses, service-disabled veteran-owned small businesses) and detail the representations required for participation in government procurement processes. These include certifications about ownership, tax compliance, and adherence to ethical business practices, alongside specific compliance certifications related to the Buy American Act and restrictions against companies engaged in certain restricted operations in countries like Sudan and Iran. The document serves to ensure that potential vendors meet federal contracting requirements, promoting fair competition and ethical business practices in government acquisitions while providing a structured format for compliance verification.
    The document outlines the Technical Information Form (Attachment 4) for the Request for Quotation (RFQ No. 140P8425Q0023) related to the supply, delivery, and installation of a mini HVAC unit at Whiskeytown National Recreation Area. It requires interested quoters to provide their business details, such as name, address, and Unique Entity Identifier (UEI), alongside a signature. Quotations should clarify whether all work will be self-performed or if subcontractors will be used, including the tasks planned for subcontractors. Additionally, quoters must list relevant past projects demonstrating experience similar to the required work, detailing project titles, contract amounts, performance periods, and reference contacts. A brief narrative outlining the technical approach for executing the project is also mandated, which will be assessed as specified in Section M.1. Overall, the document serves as a guide for businesses seeking to bid on this federal project, emphasizing the need for a clear demonstration of capability and experience in HVAC installations in a national park context.
    The document outlines a Statement of Work (SOW) for the purchase and installation of an HVAC system at the Oak Bottom Beach Store within the Whiskeytown National Recreation Area. Acknowledging the necessity of replacing the inoperable swamp cooler, the contract tasks the contractor with various responsibilities, including the removal and disposal of the old unit, installation of a new mini-split condenser, connection to control systems, and providing training for concession staff. Key aspects of the project include a completion deadline of 21 days post-contract award, adherence to environmental and operational regulations, and specifications for utility management during work. The contractor must follow established protocols when using the site, maintain clean work conditions, and ensure noise control. A one-year warranty is required for labor, and manufacturer warranties apply for products installed. This project represents the government’s commitment to maintaining safety and operational efficiency in its facilities while adhering to required standards and regulations.
    The document outlines a Statement of Work (SOW) for the purchase and installation of HVAC systems at the Oak Bottom Beach Store within the Whiskeytown National Recreation Area, with solicitations made under Solicitation #140P8425Q0023. The project aims to replace an inoperable swamp cooler with a Mini-split unit to ensure a safe and comfortable environment for concessionaire staff, addressing heat and humidity risks. The contractor is tasked with removing the existing unit, installing the new system, running line sets, and connecting controls, while ensuring minimal disruption to park visitors. The work must be completed within 21 calendar days of contract award, including site clean-up, and involves coordination with utility services to avoid interruptions. Compliance with relevant regulations and safety standards is mandatory, including provisions for noise control during operations. Contractors must submit necessary project documentation and will receive a one-year warranty on labor and installation, with a commitment to environmental protection and waste recycling practices. This SOW reflects the government's commitment to maintaining operational safety and efficiency in national parks, while adhering to federal regulations in procurement.
    The document is an amendment to solicitation 140P8425Q0023 issued by the National Park Service (NPS) for the supply and installation of a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The amendment extends the solicitation due date to April 30, 2025, and the performance period to May 23, 2025. It clarifies that the acquisition is set aside for small businesses, permitting only quotations from such entities, and outlines that the government will award a firm-fixed-price purchase order based on the most advantageous offer. The document specifies the North American Industry Classification System (NAICS) code as 238220, indicating a size standard of $19,000,000.00. Interested parties are instructed to submit their quotations and inquiries via email, adhering to specified formats and deadlines. Attached documents provide further details on the project requirements, ensuring vendors understand the necessary components and expectations for submission.
    This document is an amendment to the original solicitation (140P8425Q0023) from the National Park Service (NPS) for the supply, delivery, and installation of a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, CA. Amendment 0002 updates the Statement of Work, increasing the BTU requirements from 15,000 to 24,000. This acquisition is designated as a Total Small Business Set-Aside, meaning only small business concerns are invited to submit quotations, which will not be considered from larger entities. The anticipated award will be a firm-fixed-price purchase order, evaluated per the simplified acquisition procedures outlined in FAR Part 13.106. Quotations must be received electronically, including all required attachments, no later than the specified deadline. The project aims to commence performance on May 5, 2025, and conclude by May 23, 2025. Important details about the submission process, including a contact for inquiries, are outlined in the citated sections. The amendment ensures that the contract adapts to changing specifications while maintaining compliance and focus on the project's objectives.
    The document outlines a Request for Quotation (RFQ) for the National Park Service (NPS) at Whiskeytown National Recreation Area, focusing on the supply, delivery, and installation of a mini HVAC unit. The project aims to meet the site’s climate control needs and requires the contractor to provide supervision, labor, equipment, and compliance with safety regulations. It specifies that only small businesses can submit quotations, in accordance with a Total Small Business Set-Aside policy. Quotations are due by April 22, 2025, with delivery expected by May 19, 2025. Evaluation criteria for selecting the contractor will prioritize price, technical acceptability, relevant experience, and past performance. The RFQ includes specific clauses from the Federal Acquisition Regulation (FAR) that contractors must adhere to, ensuring compliance with federal standards. Additionally, it emphasizes the obligation for workers' compensation coverage and liability insurance. The document structures details on submission requirements, including a technical description of products offered and compliance documents, to ensure thorough evaluation. Contractors are encouraged to inspect the worksite before submitting their quotes, underscoring the government's intent to facilitate a clear understanding of project requirements. This RFQ demonstrates a commitment to maintaining high operational standards while creating opportunities for small businesses.
    Similar Opportunities
    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.
    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.
    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.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    Emergency Replace Refrigerant Units- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace refrigeration units at the Federal Correctional Complex (FCC) in Victorville, California. The project entails providing all necessary equipment, labor, materials, and incidentals to replace four large condensing ground units and fourteen evaporator coils with five remote condensing units and fourteen evaporative coils located behind the food service outside warehouse. This procurement is critical for maintaining operational efficiency and safety within the correctional facility. The estimated project value ranges between $250,000 and $500,000, with a performance period of 163 calendar days from the notice to proceed. Interested small businesses must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov or Kimberly Johnson at knjohnson@bop.gov for further information.
    Ft Yuma Compressor
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide and install two 10-ton R-410 scroll compressors at the Fort Yuma clinic in Winterhaven, California. The contractor will be responsible for all aspects of the project, including refrigerant recovery, compressor removal, installation, and operational checks, while ensuring that the clinic remains operational throughout the 30-day performance period. This procurement is critical for maintaining the clinic's HVAC systems, which are essential for patient comfort and care. Interested parties must submit their quotes by December 23, 2025, at 1:00 p.m. PST, and should direct any questions to Dale C. Clark at dale.clark@ihs.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.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.