INDE - CHILLED WATER PIPING INSPECTION
ID: 140P4225Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02129, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for a chilled water piping inspection at Independence National Historical Park in Philadelphia. The project aims to evaluate the condition and remaining service life of the park's chilled water piping system, which is crucial for maintaining the operational integrity of significant historical structures such as Independence Hall and the Liberty Bell. Contractors will conduct minimally intrusive inspections using video cameras and ultrasonic thickness measurement tools over a span of up to 1,000 feet of piping, with the inspection period scheduled from April 1, 2025, to May 16, 2025. Interested small businesses must submit their quotes electronically by March 20, 2025, and can contact Deborah Coles at Debbie_Coles@nps.gov or 540-677-0325 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Independence National Historical Park (INDE) is seeking proposals for a chilled water pipe inspection, as detailed in its Price Schedule document. The primary focus of this request for proposals (RFP) is to conduct a comprehensive inspection of the chiller loop to ensure efficiency and reliability. Contractors are invited to submit their cost estimates for the chiller loop inspection under the specified category, with a designated space for entering their proposed fees. The document emphasizes the importance of proper maintenance and inspection of cooling systems, which are vital for the facility's operational integrity. This RFP reflects a commitment to preserving historical park infrastructure while maintaining optimal functionality and compliance with safety standards.
    The Performance Work Statement (PWS) outlines the requirements for inspecting the chilled water loop piping at Independence National Historic Park. The project aims to evaluate the current condition and remaining service life of the park’s piping system, which serves critical historical structures like Independence Hall and the Liberty Bell. The contractor will perform a minimally intrusive inspection on up to 1000 feet of both supply and return lines, employing a video camera and ultrasonic thickness (UT) measurement tools. Key objectives include conducting a visual survey and UT thickness measurements, providing live video feeds, and generating detailed reports documenting findings and recommendations for maintenance or further inspections. The project operates under constraints that include limited access, the necessity of confined space certifications, and operational hours dictated by the need to support numerous facilities year-round. The inspection period is scheduled from April 1, 2025, to May 16, 2025, with a focus on quality assurance through direct observation and regular performance reviews by designated government personnel. This document serves to ensure the integrity and safety of the chilled water system while upholding the preservation of significant historical assets in the park.
    The document is a Request for Quotes (RFQ) issued by the National Park Service for a firm fixed price contract to conduct a chilled water pipe inspection at the Independence National Historical Park in Philadelphia. The solicitation outlines key details such as the offer due date, administrative points of contact, delivery expectations, and specifications for the inspection work as described in the attached Performance Work Statement. Interested contractors must submit their quotes electronically by March 20, 2025, and are required to have an active registration in the System for Award Management (SAM). The evaluation of proposals will prioritize price and contractor past performance, specifically requiring evidence of successful similar projects conducted within the last five years. Various federal acquisition regulations are incorporated into the solicitation, ensuring compliance and stipulating that the contract is for small business set-aside. The document emphasizes the importance of submitting complete and accurate proposals and provides instructions for evaluating the submissions based on previously completed projects and the realism of pricing. Overall, the goal is to ensure transparency and competition while maintaining federal standards for procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    H--Sewer Mains Cleaning and Video Inspection Service
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide sewer mains cleaning and video inspection services at Zion National Park. The contract aims to maintain the park's sewer infrastructure by cleaning approximately 44,500 feet of sewer mains and conducting video inspections to document their condition, ensuring safety and functionality for park visitors. This procurement reflects the National Park Service's commitment to environmental integrity and infrastructure maintenance, with the performance period scheduled from March 31, 2025, to May 12, 2025. Interested contractors must submit their quotes by February 25, 2025, and can contact Billie Thomas at BillieThomas@nps.gov or 406-599-4402 for further inquiries.
    Z--GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system within the Glen Canyon National Recreation Area. The project involves the removal and replacement of water intake structures while ensuring the continuous operation of the existing water distribution system, with specific tasks outlined in the Statement of Work (SOW) including infrastructure verification and installation of new components. This maintenance is crucial for sustaining water supply and irrigation systems in the area, adhering to federal regulations and environmental compliance standards. Interested contractors must submit their proposals by February 26, 2025, with the performance period set from March 1, 2025, to June 30, 2025. For inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    Sources Sought Notice No. 140P2025R0049
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), has issued a Sources Sought Notice (SSN) for contractors to participate in the preservation of the Federal Hall structure and its exterior envelope located in New York, NY. This project aims to address significant deterioration in the 180-year-old building through extensive masonry repairs, façade cleaning, and restoration of historical features to ensure safety and preserve the landmark's integrity. The anticipated contract value exceeds $10 million, with a projected period of performance of 18 months, and a Request for Proposals (RFP) is expected by mid-2025. Interested contractors must submit their qualifications, including company details and relevant experience, by February 24, 2025, to the primary contact, Marc Nguyen, at marcnguyen@nps.gov or by phone at 720-448-1166.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    ANNUAL FIRE SYSTEMS ITM
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the Annual Fire Systems Inspection, Testing, and Maintenance (ITM) at Big Bend National Park in Texas. The procurement requires qualified vendors to conduct comprehensive inspections of various fire protection systems, including fire alarms and sprinkler systems, ensuring compliance with National Fire Protection Association (NFPA) and International Fire Code (IFC) standards. This initiative is crucial for maintaining life safety systems within the park, thereby ensuring the safety of both visitors and staff. Interested vendors must submit their quotations by February 21, 2025, and can contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further information.
    SUCR Inspect & Clean Potable Water Tank
    Buyer not available
    The National Park Service (NPS) is seeking quotes for the inspection and cleaning of a 50,000-gallon elevated potable water tank located at the Sunset Crater National Monument in Arizona. This procurement is a total small business set-aside, encouraging participation from small enterprises, and requires bidders to demonstrate relevant experience, including documentation of three similar past contracts and a safety plan. The services are crucial for maintaining environmental health and safety standards in federal facilities, ensuring compliance with regulations. Interested contractors must submit their quotations by March 14, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    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.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.