Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
ID: 140FGA25R0013Type: Combined Synopsis/Solicitation
AwardedJul 9, 2025
$18.5K$18,480
AwardeeAGAPE ENCOUNTERS, LLC 830 VIVIAN ST Lakewood CO 80401 USA
Award #:140FGA25C0014
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project involves the installation of two mini-split HVAC units, including outdoor dual-head heat pumps and indoor wall units, with a performance period scheduled from June 1, 2025, to July 31, 2025. This initiative is crucial for maintaining environmental and operational standards at the refuge, ensuring efficient climate control in government housing. Interested contractors must acknowledge amendments to the solicitation and submit their offers by May 21, 2025, with further inquiries directed to Johnny Luang-Khot at johnny_luang-khot@fws.gov or by phone at 703-358-2313.

    Point(s) of Contact
    Files
    Title
    Posted
    Browns Park National Wildlife Refuge (NWR) seeks a licensed contractor for the installation of two mini-split HVAC units at Quarters #2 and #3 in Maybell, CO. The project involves providing all necessary labor, materials, and equipment for the installation and testing of the HVAC units, which includes two outdoor dual-head heat pumps and four indoor wall units. An organized site visit is scheduled for April 28, 2025, for interested contractors. Key tasks include securing mounts for outdoor units, installing insulated refrigerant lines, and conducting comprehensive testing to ensure proper operation and efficiency. Training for government staff on system operations and maintenance is also required, along with the provision of necessary documentation such as user manuals and warranty information. Cleanup of the site and restoration of conditions post-installation are necessary deliverables. The project is set for completion between June 1 and July 31, 2025, with acceptance based on successful installation, testing, and documentation submission. The overall goal of this initiative is to ensure functional and efficient HVAC systems that meet specified requirements, reflecting the government’s commitment to supporting environmental and operational standards at the refuge.
    The document appears to be a fragmented compilation of government-related content, likely concerning various federal and local requests for proposals (RFPs) and grants. However, the majority of the text is encoded or corrupted, rendering it difficult to extract clear and coherent information. The intended purpose seems to align with governmental processes for solicitation and funding allocations, indicating potential areas such as project development or environmental assessments. These RFPs typically seek qualified vendors to provide services or products in line with government needs, emphasizing compliance and operational standards. Key ideas mentioned may include the importance of assessments, project planning, and the focus on safety regulations, as indicated by references to previous reports or assessments. Municipal projects may involve collaboration across different government sectors and adherence to environmental regulations. Nonetheless, due to the extensive corruption of the text, specific details from the original content are largely obscured. Ultimately, the document’s emphasis on RFPs and grants underscores the critical role of these processes in facilitating government initiatives and managing project implementations effectively, although the specific content necessary for detailed analysis is unfortunately unavailable.
    The document is an amendment to a solicitation identified by the number 140FGA25R0013, issued by the FWS GAOA in Falls Church, VA. The primary purpose of this amendment is to extend the due date for submission of offers, changing it from April 21, 2025, at 3:00 PM MST to May 21, 2025, at the same time. All other terms and conditions of the solicitation remain unchanged and in full effect. The period of performance outlined in the original solicitation spans from June 1, 2025, to July 31, 2025. Offerors must acknowledge receipt of this amendment in their submissions, which is essential to prevent the rejection of their offers. Furthermore, the document specifies methods for acknowledgment and modification of previously submitted offers, emphasizing the importance of adhering to specified deadlines. This amendment is indicative of the common practices within federal procurement processes, ensuring transparency and clarity while maintaining compliance with established regulations.
    This document is an amendment to solicitation number 140FGA25R0013, detailing modifications and clarifications regarding a contract for a project related to HVAC systems. The amendment outlines specific questions and answers that address technical inquiries pertaining to the installation of air conditioning units. Key points include the requirement for a nearby open electrical breaker for the condenser unit, the acceptable refrigerant type (R32 instead of R410), and the minimum SEER2 rating set at 14.3. The project covers two buildings with a total square footage of approximately 3,600 square feet. The period for the project is designated from June 1, 2025, to July 31, 2025. All other terms and conditions of the original solicitation remain unchanged, and timely acknowledgment of this amendment is mandatory for bidders. This document is typical of federal requests for proposals (RFPs), ensuring clarity and compliance in the procurement process.
    The document outlines a government solicitation for a Firm Fixed Price Construction contract for HVAC installation at Browns Park NWR Quarters 2 & 3, identified as Solicitation No. 140FGA25R0013. It mandates that the contractor furnish all necessary labor, materials, equipment, and supervision in accordance with the attached Statement of Work. The performance period is set from June 1, 2025, to July 31, 2025, with specific conditions on start and completion times. The solicitation sets forth various requirements, including the provision of performance and payment bonds, adherence to Davis-Bacon wage rates, and compliance with environmental regulations. It further elaborates on clauses related to contract administration, project delivery, inspection and acceptance processes, and special contract requirements, which include waste reduction initiatives and the handling of hazardous materials. The solicitation emphasizes the importance of contractor obligations regarding compliance with local and federal laws, particularly those related to environmental protection, labor standards, and historical preservation. Overall, this solicitation illustrates the government's endeavor to ensure quality and safety in construction contracts, remaining compliant with extensive regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    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.
    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 in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    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.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.