Replace Drill Hall Heater in Amherst, NY (NY010)
ID: W15QKN-25-R-A049Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting proposals for the replacement of drill hall heaters at the Amherst USARC in New York. This project involves the removal of existing heating units and the installation of high-efficiency replacements, along with necessary ductwork and controls, to support the U.S. Army's 99th Readiness Division. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and all work must be completed within 240 calendar days from the Notice to Proceed. Interested contractors can reach out to Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses the specifications and requirements for updating HVAC units and associated systems. It states that existing Air Handling Units (AHUs) are not connected to fire alarms, and new units will not need to be connected either. New return ducts will be installed high on walls with necessary drywall patching and painting after old ducts are removed. The statement of work (SOW) mentions demolition of existing fire alarms, which may not be in place, requiring contractor verification. Fire alarm system components, such as duct detectors, will not be required for the new units. Additionally, specifications for outbuilding fans are discussed, with a preference for ceiling-mounted fans over wall-mounted ones due to concerns about stability under vibration. Overall, the document outlines project specifics for HVAC installation and the conditions surrounding fire alarms and fan mounting that need to be addressed.
    The document outlines a framework for calculating labor, equipment, and material costs associated with a government project. It includes detailed sections for specifying labor hours, unit costs, and total costs for various categories such as labor, equipment, and materials. The structure is designed to facilitate the submission of proposals in response to federal and state/local Requests for Proposals (RFPs) and grants. Key components include labor categories (crew skillsets), as well as separate calculations for equipment and material costs. The final summary includes a grand total, which encompasses bonding costs, if applicable. This approach streamlines the budgeting process and ensures clarity in financial expectations for project bidding. The document serves as a critical tool for contractors to present accurate and competitive proposals while adhering to government cost guidelines.
    The document addresses queries related to a construction project, focusing on the installation of new air handling units (AHUs) and associated systems. Notably, it clarifies that new AHUs will not be connected to the fire alarm system, and that existing ductwork will necessitate drywall repair. The Notice to Proceed (NTP) follows a legal bonding review, with work commencing ten days afterward. The primary contractor is permitted to consolidate safety, quality assurance, and site supervision roles into a single individual. Red-line drawings will be accepted as as-built submissions, while there are no existing as-built documents for a specific physical training building. Furthermore, it specifies that a building automation system (BAS) operates on a Niagara N4 framework but lacks additional details. Unfortunately, images of existing equipment cannot be provided, nor can the government share sign-in sheets from site visits. Overall, the document outlines important procedural and technical clarifications critical for project execution under federal and local guidelines.
    The document outlines the wage determination for building construction projects in Erie County, New York, specifically under the Davis-Bacon Act. It sets forth the minimum wage rates required for various labor classifications in construction, including categories for boilermakers, bricklayers, electricians, plumbers, and laborers. Rates are specified alongside fringe benefits, and the document details the applicability of Executive Orders regarding minimum wage, specifying different rates depending on contract dates and renewals. The classifications are comprehensive, covering a wide range of trades and responsibilities necessary for construction operations, emphasizing prevailing wage rates determined by surveying local union rates. Furthermore, the document describes a process for appealing wage determinations and stresses the need for contractor compliance with federal regulations concerning worker protections and paid sick leave. Overall, it serves as a critical resource for contractors involved in federal and state construction projects, ensuring adherence to labor standards and fair wage practices.
    The document outlines the specifications for the project titled "Replace Drill Hall Heaters" located at Amherst, New York. The contractor is responsible for providing all necessary resources, including labor, equipment, and materials, to complete the project within 240 calendar days from the Notice to Proceed. They must conduct an on-site visit to confirm specifications, submit various approvals, and comply with safety and environmental regulations throughout the process. Key components involve removing existing heating units and installing high-efficiency replacements with appropriate ductwork and controls. The contractor must adhere to standards set by the Unified Facilities Guide Specifications and relevant Army regulations, ensuring quality control and maintenance of a safe work environment. Daily clean-up, precise documentation, and safe disposal of hazardous materials are mandatory. The government will provide existing utilities at no cost, while the contractor must ensure that their operations do not disrupt normal facility activities. Training on safety and compliance with federal and local regulations, particularly regarding hazardous materials, is crucial. The document emphasizes the importance of quality workmanship and adherence to timelines to maintain government operations and safety standards.
    The government file is centered on procurement processes related to federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the importance of strict adherence to guidelines for financial assistance programs, ensuring that funding is allocated efficiently and effectively. The document outlines compliance requirements that various entities must meet to qualify for federal support. It highlights key areas of focus, including eligibility criteria, evaluation processes, and reporting obligations. Additionally, the file underscores the necessity for transparency and accountability throughout the procurement and funding cycles, which are vital for maintaining public trust and facilitating successful partnerships between government bodies and contractors or grant recipients. Overall, it serves as a foundational guideline for navigating the complexities of government contracting and securing financial resources at various levels of government.
    The document appears to be a collection of disorganized text representing elements of federal and state RFPs (Requests for Proposals) and grant information. Its primary focus might involve funding opportunities for government entities, with references to various programs and application processes. The content implies a structure that includes potential project guidelines, eligibility criteria, and expectations for proposal submissions, although much of the text is fragmented or corrupted. Essential details likely relate to how applicants can secure funding while adhering to specific requirements and ensuring compliance with regulatory standards. There is a likelihood of information covering various government sectors, indicating a broad spectrum of potential areas for grant funding, including municipal projects or public service enhancements. The purpose emphasizes disbursing federal and state funds for supported initiatives, thereby improving community services and infrastructure. Overall, while specific points are obscured, the document serves to outline opportunities available for governmental agencies seeking financial assistance.
    Lifecycle
    Similar Opportunities
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Evaluate Fire Suppression Bldg. 126 at the Watervliet Arsenal, Watervliet , NY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified contractors to evaluate and modify the fire suppression system in Building 126 at the Watervliet Arsenal in New York. The project, valued at $19,500,000, involves the removal of existing shelving units, updating the fire suppression system to meet current codes, and providing stamped engineered drawings. This procurement is critical for ensuring the safety and compliance of the facility's fire suppression capabilities. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically and adhere to various federal regulations, with the period of performance set from January 1, 2026, to March 31, 2026. A mandatory site visit is scheduled for December 17, 2025, and interested parties should contact Christopher Battiste at christopher.k.battiste.civ@army.mil for access arrangements.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide a prebuilt modular Tiny Home, designed for four-season use, at Fort Drum, NY. The project requires a comprehensive construction that includes specific features such as a screened-in porch, modern kitchen appliances, a full bathroom, and a robust fire protection system, all adhering to various safety and building codes. This procurement is crucial for personnel housing and aims to enhance living conditions for military staff. Interested small businesses must contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details, as this opportunity is set aside for total small business participation.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide a prebuilt modular home, referred to as a "Tiny Home," for use at Fort Drum, NY. The project requires the construction of a four-season modular home with specific dimensions and features, including a screened-in porch, a fully equipped kitchen, a bathroom, and comprehensive fire protection systems, all designed to meet stringent safety and building codes. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of engaging small businesses in government contracts. Interested contractors can reach out to Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details and to discuss the proposal submission process.