FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
ID: 1305M225Q0068Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, 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 National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Quotation (RFQ) 1305M225Q0068 for the replacement of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, FL. The project involves replacing HVAC chiller #2 due to persistent coil failures that pose health and safety risks and replacing the Variable Frequency Drive (VFD) for a commercial HVAC pump. The work must adhere to the attached Statement of Work and is expected to be completed within 90 days of award. This solicitation is a 100% small business set-aside under the NAICS code 238220. Offerors must include specific information with their quotes, acknowledge the terms in the RFQ, and provide a specimen of past performance. A site visit is strongly recommended for prospective contractors. Quotes are due electronically by 11 AM ET on March 12, 2025, with the anticipated award on or about March 28, 2025. Contractors must also comply with NOAA's Sexual Assault and Sexual Harassment Prevention policies upon contract award. This acquisition emphasizes the NOAA's commitment to maintaining safe and effective operational capacities in their facilities.
    The government project pertains to the replacement and upgrading of the HVAC system at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. Key tasks include the removal and disposal of a failed 60-ton Daikin chiller, its replacement with a new unit featuring corrosion-resistant components, and updates to the Variable Frequency Drive (VFD) for an HVAC pump. Workers will ensure proper installation, including connections to the existing Energy Management System and compliance with safety regulations. The contract requires that all materials be new, commercial-grade, and compliant with GSA standards, while waste disposal and any necessary permits fall under the contractor's responsibilities. The project is to be completed within 90 days post-award and must adhere to strict scheduling during regular business hours. Contractors must register with SAM.gov and coordinate site visits before bidding. This solicitation reflects NOAA’s commitment to maintaining safe, efficient operations at the marine sanctuary, an integral environmental and visitor center. The project aligns with federal RFP efforts to enhance operational capacity while ensuring compliance with safety and performance standards.
    The U.S. Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is pursuing a brand name justification for the acquisition of a Daikin 60-ton air-cooled chiller and Variable Frequency Drive (VFD) replacements for the HVAC system at the Florida Keys National Marine Sanctuary. The contracting activity is justified under FAR 8.405-6(b), as the Daikin model is necessary for proper integration into the existing HVAC system. Utilizing a different manufacturer's unit would necessitate costly modifications, including new piping and mounting structures, thereby rising expenses significantly. The rationale emphasizes standardization in warranty and service, particularly due to the remote location and limited access to service companies. Market research noted previous procurement through an Energy Savings Performance Contract, revealing potential small business vendors within the frameworks of the General Services Administration (GSA) but reaffirmed the necessity for the same Daikin brand. The certification and determination of limited sourcing were affirmed by NOAA officials, ensuring that this acquisition aligns with the agency’s minimum needs while justifying the selection of a singular source based on specific interoperability requirements.
    The document outlines the requirements for bidders in federal Request for Proposals (RFPs) regarding past performance information. Quoters must present a maximum of three relevant contracts from the last three years that align with the solicitation's scope and complexity. Each quoter is required to complete a Past Performance Reference Form, detailing contract specifics such as contract number, agency information, services provided, and contact details. The form also requests information about subcontractors, including their roles and financial contributions. Additionally, quoters should describe their recent experience with similar services and discuss any challenges encountered and the solutions implemented. The National Oceanic and Atmospheric Administration (NOAA) reserves the right to validate past performance information from various sources. This structured approach aims to ensure that contractors possess the necessary competence and experience for the services being solicited, ultimately leading to informed decision-making in the federal procurement process. The overall emphasis is on the bidder's capability to deliver quality services based on historical performance data.
    The document outlines Wage Determination No. 2015-4583, issued under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage requirements for federal contracts in Florida, particularly Monroe County. It specifies that contracts effective or renewed after January 30, 2022, must pay at least $17.75 per hour in 2025, whereas those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour unless otherwise stated. The document lists various occupations with their respective wage rates and fringe benefits, providing specific requirements for health and welfare, vacation, and paid sick leave entitlements. It emphasizes compliance with executive orders concerning wage standards and paid sick leave for contractors. Additionally, it delineates the conformance process for unlisted occupations, ensuring fair classification and compensation. This document serves as a regulatory guideline for contractors to comply with labor standards in federal procurement, reflecting the government's commitment to fair wages and worker protections in government contracting activities.
    This document outlines a Request for Proposal (RFP) for the replacement of HVAC Chiller #2 and associated Variable Frequency Drives (VFDs) at a federal facility. It includes references to the attached Statement of Work (SOW) and emphasizes the necessity for compliance with federal regulations, such as those related to telecommunications equipment and services. The procurement is set aside for small businesses, specifically targeting service-disabled veteran-owned and economically disadvantaged women-owned firms. Key contractual details, including discount terms, payment provisions, and delivery timelines, are specified, indicating a firm-fixed-price contract model. The document also highlights the integration of executive orders concerning minimum wage and contractor compliance, ensuring adherence to federal labor laws. Furthermore, it underscores the requirement for contractors to utilize FedConnect for contract administration, which necessitates prior registration. This RFP exemplifies the government's commitment to transparent and equitable procurement processes while fostering opportunities for small and disadvantaged businesses within the federal contracting landscape.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    NH-16 Replace Air Cooled Chiller at Naval Support Activity (NSA), Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for the replacement of an air-cooled chiller at the Naval Support Activity in Norfolk, Virginia. This project falls under an indefinite delivery/indefinite quantity (IDIQ) multiple award construction contract focused on HVAC and mechanical projects, with an estimated budget between $250,000 and $500,000 and a completion timeframe of 180 days from the award date. The procurement emphasizes compliance with federal regulations, including wage determinations under the Davis-Bacon Act, and requires contractors to adhere to specific security and ethical guidelines, such as those prohibiting the use of certain telecommunications equipment and ensuring no involvement with forced labor. Interested contractors must submit their proposals electronically via the PIEE system by March 20, 2025, and can direct inquiries to Shelby Howard at shelby.howard@navy.mil or Nathan Whybrew at nathan.b.whybrew@navy.mil.
    Non-Personal Services to Replace HVAC Condenser Units at NWS Forecast Office, Slidell, LA
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal services for the replacement of HVAC condenser units at the National Weather Service (NWS) Forecast Office in Slidell, Louisiana. The project involves replacing two 30-ton Trane units, one 15-ton Trane unit, and three Liebert condensing units, with a focus on minimizing disruptions to ongoing operations and ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the operational infrastructure of the NWS, which relies on effective climate control systems to support its forecasting activities. Interested small businesses must submit their quotes electronically by 4:00 PM on February 20, 2025, and can direct inquiries to Casey Keating at casey.keating@noaa.gov or by phone at 303-578-2579.
    Chiller Replacement FC62, FC63, FC64
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of HVAC chillers at Buildings FC62, FC63, and FC64 located at Marine Corps Base Camp Lejeune, North Carolina. The project aims to upgrade the chillers' capacity from 91 to 110 nominal tons while ensuring that facility operations remain uninterrupted during construction. This procurement is critical for maintaining the efficiency and reliability of the HVAC systems within the base, reflecting the government's commitment to infrastructure improvement. Interested contractors must submit their proposals by March 7, 2025, with an estimated project cost ranging from $1,000,000 to $5,000,000, and can direct inquiries to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil.
    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.
    Toledo, OH Valve & Intake Inspection & Repair
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotations for the inspection and repair of an intake valve located at the US Army Corps of Engineers property in Toledo, Ohio. The project requires completion within 60 days of award, with the intention to finalize the work in a single day once initiated, and is exclusively set aside for small businesses under NAICS code 561990. This procurement is critical for maintaining water infrastructure and ensuring operational efficiency, with the contract to be awarded based on the Lowest Price Technically Acceptable approach. Interested vendors must submit their quotes by February 28, 2025, and are encouraged to schedule a site visit by February 26, 2025; for further inquiries, they can contact Wendy Culbreth at wendy.culbreth@noaa.gov or call 757-605-1263.
    N--GLCA - Lees Ferry HVAC Replacement - Housing Units
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of HVAC systems in housing units 206 A/B at the Glen Canyon National Recreation Area. The project involves the removal of two outdated HVAC systems and the installation of new energy-efficient 3-ton heat pumps, which must comply with modern energy efficiency standards and utilize either R32 or R454B refrigerants. This initiative is part of the government's commitment to improving infrastructure while adhering to environmental stewardship and safety protocols. Interested small businesses must submit their quotes by February 25, 2025, with work expected to commence by March 1, 2025, and be completed by April 30, 2025. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch (NRB), which are critical for hydrographic surveys and emergency responses. The procurement involves six Hightower Sonar Mount systems and associated components that must be compatible with existing welded mounting plates on the vessels used by Navigation Response Teams. This equipment is essential for maintaining navigational charts and enhancing operational readiness, as the current systems have reached the end of their operational life after ten years of use. Interested small businesses must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025. For further inquiries, potential offerors can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.