HVAC SERVICES - CONTE ANDROMOUS FISH LAB
ID: 140G0125Q0227Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

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

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the HVAC system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance tasks, including quarterly inspections and repairs, as well as monitoring of the facility's Automated Logic Controls (ALC) Building Automation System. This procurement is critical for ensuring the efficient operation of HVAC systems that support the laboratory's research activities, and it is set aside exclusively for small businesses under NAICS code 238220, with a size standard of $19 million. Interested vendors must submit their quotes by October 13, 2025, with a site visit scheduled for November 25, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov or by phone at 123-456-7890.

    Point(s) of Contact
    Ruggles, Susan
    (123) 456-7890
    (703) 648-7899
    sruggles@usgs.gov
    Files
    Title
    Posted
    The S.O. Conte Anadromous Fish Research Laboratory (CAFRC) requires an HVAC service contract for its facility in Turners Falls, MA. This contract encompasses annual periodic maintenance (PM) for diverse HVAC systems, including boilers, air handlers, and refrigeration units, performed quarterly. It also mandates responses to service and repair calls at fixed hourly rates, monitoring and basic programming of the Automated Logic Controls (ALC) Building Automation System (BAS), and the use of authorized ALC contractors for proprietary equipment and complex BAS tasks. The facility, constructed in 1990 with various system ages, necessitates experienced contractors proficient in ALC BAS. Contractors must be Massachusetts-licensed, insured, and provide comprehensive documentation of all work, including detailed reports after spring and winter start-up visits. All work must adhere to federal, state, and local regulations.
    This amendment (140G0125Q0227/0001) modifies a solicitation for HVAC Preventive Maintenance Services at the USGS Conte Anadromous Fish Research Laboratory in Turners Falls, MA. The primary purpose of this amendment is to schedule a mandatory site visit for potential offerors. The site visit will take place on Tuesday, October 7th, at 9 AM at 1 Migratory Way, Turners Falls, MA 01376. Attendees must contact COR Marty Garcia (413-768-4941 or atrgarcia@usgs.gov) within 24 hours of the event to confirm their attendance. Offerors are reminded that acknowledgement of this amendment is required prior to the specified hour and date for receipt of offers to avoid rejection. All other terms and conditions of the original solicitation remain unchanged.
    This amendment, 140G0125Q0227-0002, modifies a solicitation for HVAC Preventative Maintenance Services at the USGS Conte Anadromous Fish Research Laboratory in Turners Falls, MA. The key changes are a new site visit date set for Tuesday, November 25, at 9 AM, and an extension of the solicitation's closing date to Friday, December 5, 2025. A site visit is highly recommended, and interested parties must contact COR Marty Garcia within 24 hours to confirm attendance. Susan Ruggles is the contact for any questions regarding the solicitation. All other terms and conditions of the original solicitation remain unchanged.
    This document is a Request for Proposal (RFP) (Solicitation Number 140G0125Q0227) from the USGS OAG Reston Acquisition Branch for HVAC preventative maintenance and repair services at the USGS Conte Anadromous Fish Research Laboratory in Turners Falls, MA. The acquisition is unrestricted with NAICS code 238220 and a small business size standard of $19 million. The offer due date is October 13, 2025, at 1700 ED. The contract includes a base year and four option years for HVAC preventative maintenance and as-needed repairs, with a ceiling of $50,000 for time-and-materials. Key clauses cover invoicing through the Invoice Processing Platform (IPP), legal holidays, wage determinations, and comprehensive security requirements for facility access and IT systems, including background investigations for all contractor employees. The total contract duration, including options, shall not exceed 5 years. Susan Ruggles is the contact for solicitation questions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    HVAC Preventive Maintenance and Repair Services - Ute Mountain Ute Health Center - Towaoc, CO
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) preventive maintenance and repair services for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement involves a firm-fixed-price contract for a base year starting January 1, 2026, with four optional one-year extensions, focusing on bi-annual maintenance and as-needed repairs for six HVAC units. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEEs) and other small businesses, with evaluation criteria emphasizing technical capability, past performance, and pricing. Interested vendors must submit their quotes via email by 5:30 PM MST on December 5, 2025, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    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.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, specifically 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, including routine, preventive, and corrective services to ensure optimal operation and a healthy atmosphere within the facility. This procurement is crucial for maintaining the functionality of HVAC systems, which are essential for climate control and operational readiness. Interested Women-Owned Small Businesses (WOSB) must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19 million and a performance period from January 5, 2026, to February 6, 2026. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    H141--TEST & BALANCE CRITICAL CARE AREAS BASE + 4 OYS
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for testing and balancing services for critical care areas at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This procurement aims to ensure optimal performance of HVAC systems in various critical healthcare environments, including Electrophysiology Labs, Angio Suites, and Animal Research Facilities, through annual and quarterly testing, with an option for emergency work. The contract is set aside for small businesses under NAICS code 238220, with a size standard of $16.5 million, and spans a base year (2026) plus four option years (2027-2030). Interested vendors must submit questions by November 24, 2024, and a site visit is scheduled for November 19, 2025; for further inquiries, contact Contracting Officer Aaron J Rogers at aaron.rogers1@va.gov.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    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.