Caliente Quarters HVAC Replacement
ID: 140L3926Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNEVADA STATE OFFICERENO, NV, 89502, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

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

    The Bureau of Land Management (BLM) Nevada State Office is soliciting quotations for the replacement of two Heating, Ventilation, and Air Conditioning (HVAC) units at the Caliente Crew Quarters in Caliente, Nevada. The project involves removing the existing, malfunctioning HVAC systems and installing new Energy Star compliant units, including necessary components such as thermostats and electrical connections, with a completion timeline of 45 calendar days. This small business set-aside contract has an estimated value between $25,000 and $100,000, with quotes due by January 22, 2026, and a pre-bid site visit scheduled for January 15, 2026. Interested contractors can reach out to Matthew Bernard at mbernard@blm.gov or call 775-861-6420 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines a contract for replacing two existing HVAC units at the Caliente Crew Quarters in Caliente, Nevada. The project requires the contractor to provide all labor, materials, and equipment to remove the old, improperly functioning units and install new, Energy Star compliant HVAC systems. The scope of work includes installing new units equivalent to the existing 4-ton and 2.5-ton split systems, vertical economizers, thermostats, gas and electrical connections, and condensation drains. The contractor must also obtain necessary permits and provide warranties for parts, labor, heat exchangers, and compressors. All work must comply with the 2023 National Electrical Code and 2024 International Building Code. The period of performance is 45 calendar days, and a pre-bid site visit is highly recommended. Payment will be a lump sum upon completion and successful verification of operation and deliverables.
    Attachment 7, titled “Bid Schedule,” outlines the itemized costs for the Palomino Valley Center HVAC Repair project. The schedule details the unit and total costs for two specific HVAC units: a 4-ton and a 2.5-ton unit, including materials. It also covers the expenses for removing existing units and installing new ones, installing economizer units and materials, and costs associated with mobilization and demobilization. This document serves as a crucial component for contractors to submit their bids, providing a structured breakdown of anticipated expenses for the HVAC repair and installation work.
    This document outlines an unspecified federal government solicitation, likely an RFP or grant, detailing various financial and operational parameters. It includes sections on itemized costs, potentially for services or goods, with specific numerical entries that suggest budgeting or pricing details. The file also references quality control, legal, and environmental considerations, indicating a comprehensive approach to project management and compliance. Key aspects touch upon performance evaluation, risk assessment, and adherence to established standards. The fragmented nature of the document, with repetitive numerical patterns and seemingly random characters, makes a precise interpretation challenging. However, the overarching theme points to a structured governmental process, emphasizing accountability and the fulfillment of specific criteria, aligning with typical requirements for federal procurement or grant applications.
    The Bureau of Land Management (BLM) Nevada State Office is issuing a Request for Quotation (RFQ) 140L3926Q0003 for the replacement of two existing Heating, Ventilation, and Air Conditioning (HVAC) units at the Caliente Crew Quarters in Caliente, Nevada. This is a small business set-aside, firm-fixed-price construction contract with an estimated magnitude of $25,000-$100,000. Quotes are due by January 22, 2026, at 11:59 pm PS. A site visit is scheduled for January 15, 2026, at 10:30 am PST. The award will be based on a best-value, trade-off process, considering technical, past performance, and price factors. The contractor must commence work within 5 calendar days of receiving the notice to proceed and complete the project within 45 calendar days. The solicitation includes detailed contract clauses, environmental requirements, and instructions for quote submission, emphasizing compliance with federal acquisition regulations and sustainable practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--Gas Heater Repair Palomino Valley Fire Station
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is seeking qualified contractors to repair a gas heater at the Palomino Valley Fire Station in Reno, NV. The project involves replacing the motor assembly and fan motor of a REZNOR UDAP60 unit, which is critical for maintaining operational temperatures for fire engines during winter months. This Small Business set-aside contract has an estimated value of less than $25,000, with a performance period from January 20, 2026, to February 27, 2026. Interested contractors must submit their offers by January 13, 2026, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
    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.
    J--REPLACE FURNACE/PROPANE SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to replace an existing fuel oil furnace with a propane heating system at BIA Building 308 in Owyhee, NV. The project aims to enhance efficiency and safety by decommissioning the old fuel oil system and installing a new propane furnace, along with necessary piping and a propane tank, while ensuring compliance with local regulations and environmental considerations. Interested ISBEEs must submit a capability statement, including a completed Indian Economic Enterprise Representation Form, by January 5, 2025, at 5:00 PM MST, to Danielle Bitsilly at danielle.bitsilly@bia.gov. This opportunity is set aside under the Buy Indian Act, with a NAICS code of 238220 and a project value estimated at $19 million.
    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.
    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.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    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.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    J--CALIBRATION: THUNDER SCIENTIFIC HUMIDITY CHAMBERS
    Interior, Department Of The
    The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) intends to negotiate a contract with Thunder Scientific Corp. for on-site calibration services of three Thunder Scientific brand Temperature/Relative Humidity Chambers. This procurement is critical as it ensures the proper functioning and accuracy of equipment used in various environmental monitoring and research applications. The estimated value of this acquisition is less than $27,300, and interested parties must submit their qualifications by January 7, 2026, to the Contracting Officer, Miranda Schindel, at 208-387-5431 or via email at mjschindel@blm.gov.