Z--QSB FUME HOOD REMOVAL
ID: 140G0225R0004Type: Solicitation
AwardedApr 25, 2025
$16.4K$16,400
AwardeeSTERILECO LLC 1402 COMMERCE AVE Indianapolis IN 46201 USA
Award #:140G0225P0044
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Industrial Building Construction (236210)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking contractors for the removal of a perchloric fume hood from Building 95 at the Denver Federal Center, with the contract performance period scheduled from March 26, 2025, to June 25, 2025. The project entails comprehensive tasks including site preparation, utility coordination, and the safe removal and disposal of the fume hood, while ensuring compliance with federal, state, and local regulations throughout the process. This procurement is critical for maintaining safety and environmental standards within laboratory settings, as the fume hood has never been utilized and poses potential compliance issues due to inadequate venting. Interested contractors should direct inquiries to Philip Robinson at probinson@usgs.gov, and note that proposals are due by March 25, 2025, at 12:00 PM Mountain Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Geological Survey (USGS) is soliciting contractors for the non-personal service agreement involving the removal and disposal of a perchloric fume hood and related equipment from the National Water Quality Laboratory at the Denver Federal Center. The contractor is tasked with ensuring compliance with federal, state, and local regulations during the demolition process. Key tasks include site preparation, utility coordination, physical removal of the fume hood and its components, and subsequent site cleanup, including patching and priming necessary holes. Contractor qualifications involve a thorough understanding of compliance requirements and project management capabilities. Deliverables include a detailed closure report within 20 days of project completion, with specific quality control measures outlined. The project must adhere to various federal statutes and regulations, emphasizing safety and environmental protection standards. Overall, this RFP aims to ensure a safe, compliant, and efficient removal process, minimizing potential contaminants and disruption to the facility's operations.
    The document appears to outline specific allocations and locations related to federal departments, particularly focused on the U.S. Geological Survey and general services administration. It includes a detailed breakdown of various departmental areas and spaces, with associated numerical data likely representing square footage or financial figures linked to areas like Field Operations and Geosciences. The content emphasizes organizational structures, such as specific centers within the Geological Survey, indicating potential funding or resource allocation for environmental and geophysical studies. The layout suggests a focus on management and efficiency within government departments, critical for responding to federal requests for proposals (RFPs) or grants aimed at environmental research and administration improvements. The overall goal seems to be enhancing operational capacities within federal agencies through systematic organization and funding review.
    The document details the location and condition of a fume hood situated in Room 2464, Building 95, at the DFC. It specifies that the fume hood has never been utilized and is not vented to the roof, indicating potential safety and compliance issues. The information highlights the importance of proper venting for fume hoods, emphasizing necessary ventilation protocols in laboratory settings to ensure safe operation. This documentation may be relevant for federal and state RFP processes as it outlines the need for modifications or updates to meet safety standards in laboratory environments, thus aiding in grant applications or funding requests aimed at enhancing laboratory facilities.
    The document pertains to the amendment of solicitation number 140G0225R0004, issued by the US Geological Survey's Denver Acquisition Branch. It primarily aims to inform contractors about modifications to a previously submitted offer, detailing the methods to acknowledge receipt of this amendment. Key changes include the addition of three documents to the Performance Based Work Statement and an extension of the proposal due date from March 19, 2025, to March 25, 2025, at 12:00 PM Mountain Time. The period of performance for the contract is set from March 26, 2025, to June 25, 2025, with the type of award being firm fixed price. The amendment indicates that all other terms and conditions remain unchanged. Also, contact details for technical points and administrative personnel are provided to facilitate communication regarding the procurement process. The document ensures that all potential bidders have clear guidance for compliance, ensuring equal access and transparency in the federal procurement process.
    The document is a Request for Quotations (RFQ) by the U.S. Geological Survey (USGS) for the removal of a Perchloric Fume Hood in Building 95 at the Denver Federal Center, with the performance period set from March 26, 2025, to June 25, 2025. The RFQ outlines essential details including the delivery timeline, scope of work, and expectations for contractors. It specifies that the award will be a firm fixed price contract, highlighting the necessity for compliance with numerous regulations including environmental management standards and safety inspections. Contractors are expected to provide all necessary labor, materials, and supervision for the work and must adhere to strict guidelines for quality control and inspection protocols. The document further includes clauses on invoicing, insurance requirements, personnel security, and compliance with labor laws, particularly focusing on the contractor's obligation to report accidents and maintain accurate payroll records. The RFQ emphasizes the importance of adherence to federal standards and practices as a condition for successful contract execution, representing the government’s commitment to safety and environmental responsibility in federal contracting processes.
    Lifecycle
    Similar Opportunities
    H166--Fume Hood Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fume Hood Services for the Central Texas Veterans Health Care System, encompassing facilities in Temple, Waco, and Austin, Texas. The procurement aims to establish a contract for a base year plus four option years, requiring the contractor to furnish all necessary supplies, tools, labor, and travel for the annual or semi-annual adjustments and certifications of fume hoods, ensuring compliance with CAP, CNBT, and NSF/ANSI 49 standards. This service is critical for maintaining safe laboratory environments and ensuring the operational integrity of fume hoods used in healthcare settings. Interested parties, particularly service-disabled veteran-owned, veteran-owned, small, HUBZone, or large businesses under NAICS code 541380, are encouraged to respond to this Sources Sought Notice for market research purposes. For further inquiries, contact Maria Orosco-Hofmann at maria.hofmann@va.gov or (210) 694-6375.
    Ductless Fume Hood
    Energy, Department Of
    The Department of Energy, through the Hanford Laboratory Management and Integration LLC (HLMI), is seeking interested parties to provide a Ductless Fume Hood for the 222-S Laboratory at the Hanford Site in Washington. This request serves as a means of market research to identify potential suppliers capable of delivering this essential laboratory equipment, which is critical for ensuring safe and efficient laboratory operations. Interested vendors are encouraged to reach out to Vickie Alexander at victoriaaalexander@rl.gov or by phone at 509-373-4990 for further information. There are no set-aside restrictions for this opportunity, and it falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.