ID KOOSKIA NFH CHILLER MAINT. FY25
ID: 140FS125Q0075Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, 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
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide annual maintenance services for chillers at the Kooskia National Fish Hatchery in Idaho. The contract, which is set aside for small businesses under NAICS code 238220, includes a base year starting in 2025 and four additional option years, focusing on the maintenance of a 190-ton carrier chiller that is crucial for regulating water temperature in fish rearing operations. This procurement underscores the government's commitment to ensuring reliable environmental management systems that support aquatic life conservation. Interested vendors must submit their proposals by April 16, 2025, and can direct inquiries to Tanner Frank at tanner_frank@fws.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The document outlines a Request for Quotation (RFQ) for the annual maintenance of chillers used at the Kooskia National Fish Hatchery located in Kooskia, Idaho. This three-year contract includes a base year starting in 2025 and four additional option years. The RFQ is designated as a TOTAL SMALL BUSINESS SET ASIDE under the NAICS code 238220, with a small business size standard of $19M. The selected contractor will provide maintenance to ensure the reliability of a 190-ton carrier chiller that regulates water temperature for fish rearing. Key responsibilities include conducting maintenance tasks as per manufacturer guidelines, testing electrical components, and providing detailed reports on the system's status. Proposals must adhere to FAR guidelines, include a company letterhead, and be submitted via email by April 16, 2025. The contract award will be based on the lowest price that meets the requirements. The document also specifies the necessary provisions, clauses, and standards that apply to the contract, ensuring compliance with federal regulations. This RFQ reflects the government's dedication to maintaining essential environmental management systems in support of aquatic life conservation.
Apr 8, 2025, 6:05 PM UTC
The document is a Request for Quotation (RFQ) issued for chiller maintenance services at the Kooskia National Fish Hatchery in Idaho. It establishes a contract for a base year starting in 2025, with options for four additional years, emphasizing the need for annual maintenance of a 190-ton carrier chiller vital for temperature control in rearing units. The RFQ is set aside for small businesses under NAICS code 238220, with a size standard of $19 million. Submission details highlight that quotes are due by 13:00 on April 16, 2025, and will be evaluated based on price. Award criteria focus on the lowest priced compliant quote from responsible vendors, in compliance with FAR regulations. Interested parties must be registered on the System for Award Management (SAM) and are encouraged to include their GSA contract number if applicable. Contact points for further inquiries are provided, outlining a clear roadmap for submission and evaluation. This RFQ reflects the government’s intention to procure reliable services while promoting small business participation in federal contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
M--FACILITIES SUPPORT SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Support Services, specifically focused on HVAC and building control systems maintenance at the Western Fisheries Research Center in Seattle, WA. The procurement includes a base year of service with two optional renewal years, emphasizing the need for technical expertise in maintaining complex systems, including the Siemens Desigo building management system and various HVAC equipment. This opportunity is crucial for ensuring the operational efficiency of the facility, which comprises six buildings and requires compliance with federal wage determinations and labor standards. Interested parties must submit their quotes by May 5, 2025, and direct any questions to Elizabeth Adam at eadam@usgs.gov by April 30, 2025.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
MCRDPI Portable Chiller Repairs
Buyer not available
The Department of Defense, through the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for the repair of portable chillers under solicitation number M0026325Q0018. This procurement is a 100% Small Business Set-aside, aimed at engaging small businesses in providing essential maintenance services for two TRANE chillers, which includes tasks such as refrigerant recovery and operational verification. The contract will be awarded based on a comparative evaluation of price and non-price factors, ensuring the selected proposal is both fair and advantageous to the government. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Andrea Learn at andrea.n.learn.civ@usmc.mil or Randy Wentworth at randy.wentworth@usmc.mil.
Replace Chillers - USP Lewisburg
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace chillers at the United States Penitentiary (USP) in Lewisburg, Pennsylvania. The project involves the complete provision of labor, materials, and equipment to replace two existing chillers with new 400-ton centrifugal chillers, including demolition, installation, and startup, with a performance period of 364 calendar days from the notice to proceed. This procurement is crucial for maintaining the facility's operational efficiency and ensuring compliance with federal standards. Interested small businesses must submit their bids electronically by May 16, 2025, and are encouraged to contact Joshua Cortez at j2xcortez@bop.gov or 623-465-5130 for further information.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
Maintenance and Repair Support for NIST Vilter Chiller, AHU-15, and Environmental Chamber
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations for maintenance and repair support for its Vilter chiller, AHU-15, and environmental chamber under RFQ No. NIST-RFQ-25-7301395. The procurement requires qualified small businesses to provide regular scheduled maintenance and as-needed repair services for critical HVAC&R equipment, ensuring the reliability of NIST's research infrastructure. This contract includes a one-year base period with two optional one-year extensions, emphasizing the importance of maintaining operational efficiency in environmental testing systems. Interested contractors must submit their technical and price quotations by May 8, 2025, with inquiries directed to Lauren P. Roller at lauren.roller@nist.gov.