WORI REPLACE BOILER AT STANTON HOUSE
ID: 140P4525R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, 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 Department of the Interior, specifically the National Park Service, is seeking proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House, part of the Women's Rights National Historical Park in Seneca Falls, NY. The project involves the environmentally-friendly removal of an existing 100,000 BTU natural gas boiler and its replacement with an energy-efficient system, ensuring compliance with historic preservation regulations while maintaining the integrity of the structure. This initiative underscores the National Park Service's commitment to preserving historical sites while upgrading essential infrastructure. Interested small businesses must submit their proposals by May 1, 2025, with the project performance period scheduled from July 15, 2025, to September 30, 2025. For further inquiries, contractors can contact Mary Hallmon at mary_hallmon@nps.gov or call 850-826-1398.

    Point(s) of Contact
    Files
    Title
    Posted
    The Women's Rights National Historical Park seeks proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House in Seneca Falls, NY. The project entails the removal and environmentally-friendly replacement of an existing 100,000 BTU natural gas boiler and associated components, ensuring compliance with historic preservation regulations. Key requirements include maintaining the existing structure's integrity while upgrading to an energy-efficient system, with no new penetrations into the historic fabric. The award will follow FAR Part 13 guidelines, prioritizing price, technical qualifications, and prior experience. Proposals must address all solicitation requirements, including project timelines and compliance with federal and state codes. Work is scheduled to be completed by September 30, 2025, and contractors must negotiate working hours during weekdays. Additionally, a pre-installation site visit is advised due to the complexity of existing systems. Once awarded, contractors must engage in thorough testing and provide operational training to park staff upon completion. This undertaking reinforces the National Park Service's commitment to preserving historical sites while upgrading vital infrastructure.
    The document appears to encompass various aspects related to federal and state/local requests for proposals (RFPs) and grants. It discusses processes associated with securing funding for government projects, highlighting the importance of compliance with regulations and standards. Central to the text is the focus on mechanisms for evaluating and proposing projects that align with governmental priorities, ensuring transparency and accountability in the allocation of resources. The document references the necessity of detailed planning, adherence to guidelines, and collaboration among agencies to fulfill project requirements effectively. Key points include the need for comprehensive assessments to identify hazards and address health risks when initiating projects, particularly in infrastructure and environmental contexts. Furthermore, it emphasizes integrating safety measures and necessary documentation to facilitate smooth project execution while complying with federal and local mandates. The overarching purpose of this document is to provide guidance on navigating the procedural landscape of government funding opportunities, ensuring that potential applicants understand the expectations set forth by the government in pursuit of advancing public interests.
    The document outlines a price schedule for the replacement of a furnace at M'Clintock House, detailing budgetary estimates across various categories. Each section—direct labor, equipment purchases, software purchases, required travel, material/supplies, and other direct costs—lists anticipated quantities and unit prices, all resulting in a total cost of $0.00. The labor categories and equipment described indicate no planned expenses, with all subtotals marked similarly, reflecting a budget that currently does not allocate funds for any labor, materials, or travel. The final total reconfirms this estimate, indicating a lack of financial commitment at this stage. The purpose of this document, set within a context of federal and local request for proposals (RFPs) and grants, serves as a preliminary cost projection, highlighting that actual costs have yet to be determined or incurred. This suggests the project may still be in the planning phase or awaiting further development before actual expenditures are made.
    The National Park Service (NPS) is soliciting proposals for the replacement of the McClintok Furnace, as outlined in Request for Proposal (RFP) 140P4525R0020, which falls under the Small Business Set-Aside category. The estimated construction cost is below $25,000, and the NPS is engaging in a simplified acquisition process as per Federal Acquisition Regulations (FAR). Proposals will be evaluated based on price, technical approach, and prior experience, with a pass/fail technical evaluation criteria. Offerors must demonstrate a clear understanding of the project's requirements, including a work plan not exceeding ten pages and details of up to five similar projects completed within the last five years. Interested parties are required to register with the System for Award Management (SAM) and adhere strictly to proposal submission deadlines. The project performance period is set for 90 days after receiving the Notice to Proceed, and work is to be conducted during regular business hours, barring any previously arranged exceptions. Overall, this RFP emphasizes the NPS's commitment to safety, quality, and regulatory compliance in its construction efforts.
    This document outlines the requirements for replacing a heating boiler in a historic structure registered under the National Historic Preservation Act. The existing Hydrotherm Multipulse AM-100 boiler, with a capacity of 100,000 BTU, is to be replaced by a hot water boiler utilizing natural gas as the fuel source. The new unit must achieve a minimum efficiency rating of 95% without creating new structural intrusions, as work must follow existing pipes and avoid damaging the historical integrity of the building. The contractor is responsible for removing the old boiler and all associated debris, complying with local, state, and federal laws and regulations. Access to the boiler area is limited, with specific dimensions and conditions outlined for compliance with historic preservation. Contractors must ensure all installations meet various codes, undergo inspections, and provide documentation post-installation. Work is to be conducted during regular business hours, with completion targeted by September 30, 2025. While performance and payment bonds are not mandated, contractors are required to coordinate and provide training for facility staff upon completion, with an emphasis on maintaining the historic nature of the premises throughout the process.
    The document pertains to an amendment of a solicitation associated with contract ID 140P4525R0020. It outlines the procedures for acknowledging receipt of this amendment, highlighting that failure to do so by the specified deadline could result in the rejection of offers. The amendment primarily serves to provide additional questions and answers, with all other terms and conditions of the original solicitation remaining unchanged. Contractors must acknowledge receipt through specified methods, which could include an acknowledgment on copy submissions or via a separate communication referencing the solicitation number. This document reflects standard practices in government contract modifications, signifying the necessity for transparency and adherence to timelines in procurement processes. Key details include modification effective dates, processes for submitting changes, and the administrative authority behind the amendment. Overall, the document emphasizes the importance of compliance in federal contracting procedures and the need for clarity in communication between contractors and the government.
    The document pertains to the amendment of solicitation number 140P4525R0020, indicating the cancellation of the solicitation. It provides instructions for offerors regarding the acknowledgment of this amendment, emphasizing that failure to acknowledge receipt may result in the rejection of their offers. The amendment clarifies that any changes to offers already submitted can be communicated prior to the specified opening hour and date. The document outlines requirements for acknowledgment and details the process for modifying contracts/orders. It affirms that, while this amendment modifies certain aspects of the solicitation, all other terms and conditions remain in effect. The contracting office, located at 210 New York Ave., Staten Island, NY, is specified for correspondence. This amendment serves a critical function in the solicitation process, clarifying procedural expectations and reinforcing the binding nature of the solicitation terms despite the cancellation. The content aligns with standard practices in federal RFPs and contract modifications, ensuring transparency and compliance within the procurement process.
    The document is a Request for Proposal (RFP) issued by the National Park Service (NPS) for a construction project at the Women's Rights National Historical Park in Seneca Falls, NY. The project entails replacing a natural gas boiler, three radiators, and related piping and controls at the Elizabeth Cady Stanton House with energy-efficient alternatives. The estimated project cost is under $25,000, and it is designated as a 100% small business set-aside, promoting equitable opportunities for small enterprises. The proposal submission deadline is set for May 1, 2025, and the project performance period is scheduled from July 15, 2025, to September 30, 2025. Interested contractors must comply with additional solicitation requirements, including submitting sealed offers and potentially providing performance and payment bonds. A Statement of Work, wage determination, and price schedule are attached to the solicitation. The document emphasizes the importance of following outlined work requirements and necessary amendments, ensuring a clear path for contractors to participate in the bidding process while reinforcing government procurement standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.