Z--Fan Coil Unit Replacement
ID: 140P6425B0004Type: Solicitation
AwardedJun 16, 2025
$634.8K$634,799
AwardeeMASSILLON CONSTRUCTION AND SUPPLY LLC 1245 RAFF RD SW CANTON OH 44710 USA
Award #:140P6425C0007
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR OHIO(64000)Macedonia, OH, 44067, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

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 bids for the replacement of fan coil units at the First Ladies National Historic Site in Canton, Ohio. The project involves the removal of 55 aging fan coil units and the installation of new low vertical cabinet units, ensuring compliance with relevant codes and standards while preserving the historical integrity of the site. This procurement is a total small business set-aside, with an estimated contract value between $500,000 and $750,000, and requires completion within 120 days of the Notice to Proceed. Interested contractors must submit their sealed bids by May 21, 2025, and can direct inquiries to Craig Bryant at Craig_Bryant@nps.gov or by phone at 440-717-3706.

    Point(s) of Contact
    Bryant, Craig
    (440) 717-3706
    (907) 443-6139
    Craig_Bryant@nps.gov
    Files
    Title
    Posted
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the definitization of equitable adjustments for change orders in construction contracts. It mandates federal agencies to describe their policies and procedures related to this process and to provide data on the time needed to finalize these adjustments. The objective is to ensure transparency and efficiency in managing change orders within construction contracts. The referenced policies can be accessed through the Department of the Interior's website, which acts as a central resource for agencies involved in federal construction projects. This guidance aims to support contractual clarity and fiscal responsibility in government-funded construction activities.
    The document outlines the project specifications for the replacement of fan coil units at the First Ladies National Historic Site in Canton, Ohio. It provides detailed instructions for contractors regarding the removal of existing fan coil units and the installation of new low vertical cabinet units. The contractor is responsible for ensuring compliance with all relevant standards, accurately assessing project requirements, and coordinating with park staff to maintain access during installation. Key points include the necessity for photo documentation of pre-existing damage, adherence to electrical guidelines, and strict compliance with regulations. The document emphasizes the importance of maintaining high-quality workmanship and avoiding damage to existing structures. Additionally, it specifies that all construction activities should be closely monitored and any discrepancies reported promptly to the contracting officer for resolution. The primary intention of the document is to solicit proposals from contractors through a federally managed RFP, ensuring the project aligns with national preservation standards and meets the needs of the historic site. It encapsulates an extensive scope of work while offering detailed technical notes on mechanical and electrical setups, crucial for the project's successful completion.
    The document outlines a federal contract solicitation (#140P6425B0004) designated for Total Small Business set-asides, specifically focused on construction services by specialty trade contractors. It details components related to the contract's duration, with a performance period of 120 days post-issuance of the Notice to Proceed (NTP). Financial aspects include a report on payments made to Similarly Situated Subcontractors (SSS) and Non-Similarly Situated Subcontractors (NSS), although specific amounts have not been provided, showing $0 for SSS and indicating a division by zero for NSS. Essential metrics such as the Limitation on Subcontracting Percentage are included to ensure compliance with contract obligations. This document is pivotal in facilitating oversight of subcontractor usage and adherence to federal regulations, reflecting the government's commitment to supporting small businesses in construction projects while ensuring fiscal transparency and compliance during the procurement process.
    The Department of the Interior (DOI) outlines the Contractor Performance Assessment Reporting System (CPARS) to comply with FAR 42.1502, mandating the collection of past performance information on federal contracts. CPARS is a fully electronic system designed for the paperless processing of performance evaluations, which serve as critical data for evaluating contractor capabilities during source selection. Contractors must provide contact details for their representatives within 30 days of contract award, enabling them to review and comment on performance evaluations within a stipulated 60-day timeframe following the end of a performance period. Evaluators at DOI will complete performance assessments accessible through CPARS, while contractors are reminded to treat this information as sensitive and confidential. Guidelines emphasize the importance of securing access to evaluations and prohibited use of data for promotional purposes. Contractors wanting to discuss evaluations can request meetings with the Contracting Officer. Ultimately, finalized evaluations will remain available in CPARS for agency review, ensuring that contractor performance is tracked and assessed systematically.
    The document outlines the submittal requirements for the FILA Fan Coil Replacement project managed by the National Park Service (NPS) at the Denver Service Center (DSC). It serves as a formal checklist for architects, engineers, and project managers to ensure all necessary documentation is submitted for review before construction begins. Key components include preconstruction conference submittals, selective demolition details, and specific product data for HVAC systems. Each requirement is enumerated with associated specifications and the need for various documentation types such as product data, shop drawings, and quality control plans. This organized approach facilitates timely reviews and compliance with project standards. The emphasis on detailed technical submittals highlights the need for thorough preparation in governmental RFPs and grants, ensuring projects adhere to safety and quality regulations throughout the construction process.
    The U.S. Department of Interior, specifically the National Park Service, has issued a bid schedule for a project centered on the Fan Coil Unit Replacement at the First Ladies National Historic Site. This project encompasses the replacement of fan coil units on the 2nd, 3rd, 4th, and 6th floors, along with all related tasks, including site preparation, demolition, and both labor and materials. Included in the bid are two components: a base bid for the stated floors and an optional bid for additional work on the 5th floor. The bid structure outlines distinct sections for mobilization, various labor and material costs, overhead, profit margins, bonding, and totals for both the base bid and the optional work. The document emphasizes the need for detailed cost breakdowns, adhering to government bidding practices while remaining compliant with regulatory requirements. Overall, it reflects an organized approach to project contracting within the federal government, emphasizing comprehensive planning and budgeting for historic site improvements.
    The U.S. Department of Interior, specifically the National Park Service, has issued a bid schedule for a project centered on the Fan Coil Unit Replacement at the First Ladies National Historic Site. This project encompasses the replacement of fan coil units on the 2nd, 3rd, 4th, and 6th floors, along with all related tasks, including site preparation, demolition, and both labor and materials. Included in the bid are two components: a base bid for the stated floors and an optional bid for additional work on the 5th floor. The bid structure outlines distinct sections for mobilization, various labor and material costs, overhead, profit margins, bonding, and totals for both the base bid and the optional work. The document emphasizes the need for detailed cost breakdowns, adhering to government bidding practices while remaining compliant with regulatory requirements. Overall, it reflects an organized approach to project contracting within the federal government, emphasizing comprehensive planning and budgeting for historic site improvements.
    The document pertains to Solicitation #140P6425B0004 for the replacement of fan coil units at a federal facility. The primary focus is to address questions from contractors regarding project specifications, performance timelines, product alternatives, and submission protocols. Key discussions include the basis of design for thermostats, acceptable alternatives for fan coil units, and an extension of the performance period to 210 days post-Notice to Proceed to manage product lead times efficiently. Clarifications are also provided regarding electronic bid submissions, project operational parameters during utility shutdowns, seismic design details, and demolition requirements. The contract outlines the contractor's responsibilities for water treatment and flushing of hydronic systems and specifies that the new thermosystems will operate independently without immediate integration into an existing Building Automation System. The document emphasizes the project’s technical requirements and operational guidelines whilst ensuring clear communication with potential bidders to align expectations.
    The document outlines a federal project aiming to replace existing fan coil units with new low vertical cabinet fan coil units at a specified facility. The scope includes the removal of old units, disposal requirements, and installation of new units while maintaining compliance with industry standards. Key electrical notes emphasize that no modifications to existing electrical circuits are anticipated, ensuring a straightforward replacement of the fan coil units in a like-for-like manner. The contractor must document any pre-existing damage to surrounding surfaces during the removal process. It also specifies that new thermostats should be installed according to given directions without direct wiring connections to the fan coil units, reducing potential disturbances. This project indicates a commitment to improving building infrastructure while adhering to regulatory and safety practices. Overall, the aim is to enhance HVAC systems efficiently while minimizing disruption and ensuring compliance with existing conditions.
    This document serves as an amendment to solicitation number 140P6425B0004, detailing key administrative changes and updates relevant to bidders. It establishes that offers must acknowledge receipt of the amendment by specified means before the deadline to avoid rejection. The amendment includes posting technical questions and answers, along with revised drawings dated May 12, 2025, which are integral to the project requirements. The document reiterates that all other solicitation details remain unchanged, and bidders must complete the SF1442 form as instructed to acknowledge the amendment. Furthermore, it highlights that the contractor's agreement is needed for any modifications, ensuring that the process adheres to federal guidelines. This amendment is significant for facilitating clearer communication and ensuring compliance among potential bidders in federal contracting.
    The document is a solicitation for construction services related to the replacement of fan coil units at a multi-story building managed by the National Park Service in Sagamore Hills, Ohio. The project, estimated to cost between $500,000 and $750,000, is classified as a total small business set-aside, requiring bidders to submit sealed bids by May 21, 2025. This procurement follows standard federal guidelines, including the need for performance and payment bonds, and mandates diligent execution of the work, which must commence within 10 calendar days upon receiving a notice to proceed and be completed within 120 days. The solicitation emphasizes compliance with construction wage rate requirements, submission protocols, and the necessity for organized site visits. Additionally, the contract incorporates numerous clauses governing contract administration, contractor responsibilities, and environmental obligations, showcasing the government’s commitment to transparency, quality, and safety standards. The document is structured to facilitate both the government and contractors in understanding procurement processes, thereby ensuring effective project execution and compliance with federal regulations.
    The "Fan Coil Unit Replacement" project at the First Ladies National Historic Site in Canton, Ohio, is focused on replacing 55 aging fan coil units in a six-story building under the management of the National Park Service. The work entails the safe removal and disposal of existing units and the installation of new units compliant with relevant codes and standards. The contractor will connect the new units to existing utilities and incorporate wireless thermostats. The project has a performance timeline of 120 days and emphasizes preserving historical building integrity. The document details phases of selective demolition, existing condition protections, contractor responsibilities, utility management, and safety protocols necessary to mitigate risks to the site and its occupants. Clear communication and preconstruction meetings are mandated to prevent disruptions to government operations. Furthermore, emergency preparedness and compliance with environmental regulations are crucial throughout the project execution. This RFP exemplifies the federal government's approach to historical preservation while upgrading mechanical systems to modern standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--Bridge 447 - Timber Replacement
    Interior, Department Of The
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    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.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    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.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.