N--SPAR - REPLACE/REHAB 5 NATURAL GAS BOILERS
ID: 140P4324R0026Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement and rehabilitation of five natural gas boilers at the Springfield Armory National Historic Site in Massachusetts. The project involves comprehensive upgrades to the hot water systems in two buildings, including the replacement of boilers, pumps, valves, and piping, as well as enhancements to the building automation system. This initiative is crucial for maintaining operational efficiency while preserving the historical integrity of the site. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1 million. Interested contractors must submit their sealed offers by September 6, 2024, with the performance period extending from September 15, 2024, to June 15, 2025. For further inquiries, contact Juan Roman at juan_roman@nps.gov or call 617-939-1144.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement objective of this RFP is to update the heating system in two buildings at the Springfield Armory National Historic Site: Building 1, the Commandant's House, and Building 13, the Arsenal. The focus is on replacing various components of the steam and hot water heating systems. This includes condensate pumps, valves, steam traps, controls, fans, and boilers. The aim is to ensure the life safety and well-being of building occupants while preserving the historic fabric of the structures. The scope of work requires the successful vendor to coordinate with the government and adhere to strict guidelines due to the historic nature of the site. They will need to provide a Method-of-Procedure for each building, maintain climate control during the project, and ensure minimal disruption to the facility's operations. The work involves careful planning and execution to protect elements of historical significance. Contract details are not explicitly mentioned in the files, but the request indicates the need for a comprehensive approach, including materials, labor, and equipment, likely leading to a lump-sum contract. Key dates are not provided but will be outlined in the full RFP. Evaluation criteria focus on the contractor's ability to meet the historic preservation requirements and execute the specialized work while adhering to safety and quality standards.
    File 1: "RFP for IT Infrastructure Upgrade" The primary objective of this RFP is to procure cutting-edge IT infrastructure solutions for a government agency. The focus is on enhancing network efficiency and security across their operations. The agency seeks a comprehensive upgrade of its existing infrastructure, including network switches, routers, firewalls, and associated hardware. The agency requires high-performance, resilient network equipment to support a large and diverse user base. Specific technical specifications include Gigabit Ethernet ports, advanced firewall capabilities, and compatibility with existing systems. The desired solution should also provide enhanced network monitoring and management tools for improved cybersecurity. Successful vendors will be expected to provide a seamless integration and implementation process, including site preparation, configuration, testing, and staff training. Post-implementation support and a structured maintenance plan are also crucial. This project is expected to span several months, with key dates yet to be determined. File 2: "RFP for Social Program Evaluation" This RFP seeks to contract an experienced organization or individual to conduct an in-depth evaluation of a government-run social program. The primary objective is to assess the effectiveness and impact of this program, which aims to improve community outcomes in vulnerable areas. The evaluator will undertake a comprehensive assessment, employing rigorous qualitative and quantitative methods. This includes collecting and analyzing data, conducting interviews and focus groups, and ultimately providing an evidence-based report. The evaluation should shed light on the program's relevance, reach, and potential for future improvements. Key dates include a submission deadline for expressions of interest and a projected start date. The evaluation is expected to be completed within a six-month timeframe. The agency emphasizes that budget is a key consideration, and costs must be detailed in the proposals. File 3: "Grant Proposal for Environmental Initiatives" This grant proposal focuses on supporting environmental initiatives that promote sustainable practices within a municipal setting. The primary objective is to reduce carbon emissions and enhance the overall environmental health of the community. The proposed project aims to develop and implement innovative solutions for transitioning to renewable energy sources, improving energy efficiency in public buildings, and promoting sustainable transportation options. Specific targets include installing solar panels on government-owned roofs and implementing an electric vehicle-friendly infrastructure. The grant seeks to fund a comprehensive study to identify additional sustainable initiatives and develop a strategic plan. This includes community engagement initiatives to educate and encourage participation in environmental programs. The proposed budget for this two-year project is provided, with funding allocated for various tasks and deliverables. Key dates are outlined for application submission and decision notifications. File 4: "RFP for Cybersecurity Consulting" This RFP requests proposals from cybersecurity experts to enhance a government agency's cyber resilience. The objective is to procure specialized consulting services to strengthen the agency's cybersecurity posture across its diverse IT landscape. The agency seeks a comprehensive security assessment, including network penetration testing, vulnerability evaluation, and policy recommendations. Additionally, the contract will require regular security audits and ongoing advisory support to address emerging threats. Successful candidates will be responsible for conducting in-depth security training for the agency's IT staff, promoting a proactive culture of cybersecurity. The RFP mentions the desire for innovative solutions that go beyond traditional approaches. Cost is a significant factor, with the agency seeking cost-effective solutions. The RFP outlines a preferred vendor qualification and shortlisting process, emphasizing cybersecurity expertise and past successful engagements.
                                                                                                               RFP for IT Support Services       Procurement Objective: The primary objective is to procure managed IT support services for the agency's newly implemented cloud-based IT infrastructure. The focus is on ensuring smooth and expert management of this environment. Specifications and Requirements: Providers must detail their ability to manage and monitor the cloud-based system, including specific certifications and experience with the latest cloud technologies. The agency seeks 24/7 support with rapid response times. Quantities and capacities are not specified, but the agency's needs are estimated at approximately 500 users. Scope of Work: Successful vendors will be responsible for remote monitoring, performance optimization, and issue resolution for the agency's cloud infrastructure, including servers, storage, and network devices. Proactive recommendations for improvements and regular status reporting are expected. Contract Details: The contract is anticipated to be a firm-fixed-price arrangement with a base period of one year and potential extensions of up to three years. The estimated value is $2 million for the base period. Key Dates:  Proposals are due within four weeks of RFP issuance. The agency aims to award the contract by the end of Q2. Evaluation Criteria: Evaluations will primarily focus on candidates' technical competence, their understanding of the agency's needs, and the quality of their proposed solutions. Cost will also be a consideration, although technical prowess and fit are more critical. Is there anything else I can help you with regarding this RFP? - No, that's all the information I have for now. I'll let you know if anything else comes up. Please provide a concise summary of the key points regarding this IT support services procurement.
    According to the provided file, the focus is on adhering to Federal Acquisition Regulation (FAR) 36.211(b) pertaining to construction contract administration. The aim is to ensure compliance with policies and procedures governing equitable adjustments for change orders in construction projects. The required information is available on the DOI website and provides insights into the timeframes and processes involved in managing these adjustments. This regulation is essential in maintaining transparency and efficiency in construction contract management.
    The document pertains to an RFP for updating the heating system at the Springfield Armory National Historic Site in Springfield, MA. It addresses the requirement for high-efficiency boilers that necessitate new polypropylene venting, as existing breeching is incompatible. An estimation of 200 linear feet of piping will be replaced due to corrosion, and there are six radiators identified in the provided plans that require cleaning and inspection, along with associated components like air vents, control valves, and steam traps. Furthermore, it clarifies a query regarding the building management system (BMS), stating that the current controls are operated by Delta Systems, as opposed to Siemens, which is specified in the original documentation. This RFP update is critical for ensuring compliance with the project's technical specifications and maintaining the historic site's operational efficiency.
    The document outlines the specifications and requirements for upgrading the mechanical systems at the Springfield Armory National Historic Site. Key points include the replacement of existing hot water boilers and associated controls, demolition of outdated equipment, installation of new piping, and insulation of all hot water lines. The project mandates that all electrical work be conducted by a licensed electrician in Massachusetts and emphasizes close coordination between contractors using the contractual drawings and specifications. Specific tasks include testing for leaks in refrigeration lines, replacing damaged valves, and ensuring all new installations connect to the existing Building Automation System (BAS). The document underscores the importance of compliance with safety standards and the need for thorough inspections and revisions of all systems to ensure functionality and efficiency. Overall, this initiative aims to enhance the site’s operational capabilities while preserving its historical integrity through a methodical and careful approach to renovations.
    The document outlines mechanical details for a hot water system revision at the Springfield Armory National Historic Site, emphasizing specifications related to boiler stack and vent systems. Key components include a tapered exit cone for forced draft equipment, the installation of a drain tee and trap, and the requirement for structural support at designated locations based on flue height. The details also specify roofing and flashing responsibilities, and advise adherence to manufacturer guidelines for the Weil-McLain SVF 500 boilers. Additionally, the document serves as a technical drawing that reflects essential aspects of mechanical installations necessary for compliance with safety and operational standards. This technical guidance ensures that upgrades align with federal and local regulations, showcasing the government’s ongoing commitment to maintaining historic sites while preserving essential infrastructure.
    The government seeks bids to rehabilitate hot water systems in two buildings at the Springfield Armory National Historic Site in Massachusetts. The work entails replacing boilers, pumps, valves, and piping, as well as updating building automation system monitors and controls. This project aims to ensure compliance with specifications and quality standards, requiring contractors to provide detailed pricing schedules and adhere to stringent inspection and acceptance procedures. Key personnel, including project managers, site superintendents, and safety managers, must be assigned, with substitutions allowed only under specific conditions. The contract incorporates numerous clauses related to labor laws, cybersecurity, and subcontracting restrictions, emphasizing compliance with regulations and prompt payment. Offerors must complete representations and certifications, and the successful bidder will be selected based on evaluation criteria. Critical dates include a 10-calendar-day window to commence work and a completion deadline of 273 days after receiving the notice to proceed.
    The government seeks bids to rehabilitate hot water systems in two buildings at the Springfield Armory National Historic Site in Massachusetts. The work entails replacing boilers, pumps, valves, and piping, as well as updating building automation system monitors and controls. This project aims to ensure compliance with specifications and quality standards, requiring contractors to provide detailed pricing schedules and adhere to stringent inspection and acceptance procedures. Key personnel, including project managers, site superintendents, and safety managers, must be assigned, with substitutions allowed only under specific conditions. The contract incorporates numerous clauses related to representations, certifications, and contractor responsibilities, encompassing issues such as whistleblower rights, telecommunications restrictions, and compliance with labor and safety regulations. Offerors must meet stringent requirements regarding small business subcontracting limitations and buy American provisions for construction materials. Critical dates include a 10-day window for questions regarding the solicitation and a due date of August 28, 2024, for receiving offers. Evaluation of proposals will consider factors such as price and compliance with requirements to determine the successful bidder.
    The government agency seeks to amend an existing contract or solicitation, modifying the provision for a site visit. The primary objective is to update the site visit date to Wednesday, August 14, 2024, at 9:00 AM EST, while keeping all other terms unchanged. This amendment is issued under the authority of FAR 43.103(b). Offerors must acknowledge receipt of the amendment by the specified deadline, or their offers may be rejected. Any changes to previously submitted offers must also be submitted by the same deadline. With the amendment, the agency aims to stay aligned with the contract's original scope and requirements while adjusting the site visit logistics. The period of performance remains unaffected, spanning from September 15, 2024, to June 15, 2025.
    The document is an amendment to solicitation number 140P4324R0026, issued by the National Park Service, altering specific terms and conditions related to a procurement contract. Key changes include adding new attachments—specifically "Questions and Answers" and revised drawings—and extending the proposal submission deadline from September 6, 2024, to September 9, 2024, at 2:00 PM ET. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. The period of performance for the resulting contract is indicated as spanning from September 15, 2024, to June 15, 2025. All other terms and conditions of the original solicitation remain unchanged, emphasizing the procedural nature of this amendment within the context of government Requests for Proposals (RFPs) and procurement processes. The document underscores the importance of timely communication in amendments to ensure compliance among bidders.
    The National Park Service issues a Request for Proposal (RFP) for construction services related to rehabilitating hot water and steam systems in two buildings at the Springfield National Historic Site in Massachusetts. The work involves providing labor, supervision, materials, and equipment to replace boilers, pumps, valves, and piping in both the Arsenal (Building 13) and the Commandants House (Building 1). The project also includes updating Building Automation System (BAS) monitors and controls. With an estimated value between $500,000 and $1 million, the RFP is a Service-Disabled Veteran Owned Small Businesses (SDVOSB) set-aside project. Vendors must submit sealed offers by 09/06/2024, and the contract will be awarded within 60 days. The successful bidder will complete the work within 10 calendar days of receiving the notice to proceed, with a performance period through 06/15/2025. The evaluation criteria will consider technical merit, past performance, and price.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z2DA--Replace Boiler #2 and Correct Deficiencies at Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of Boiler 2 and the correction of deficiencies at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves comprehensive construction services, including the installation of a new 350 HP firetube boiler, while ensuring that at least two operational boilers remain functional throughout the construction process. The initiative is critical for maintaining the facility's operational capacity and safety standards, reflecting the VA's commitment to modernizing its infrastructure for optimal healthcare delivery to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by the specified deadlines, with the contract performance period set for 1,095 days. For further inquiries, potential bidders can contact Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    Lock and Dam 3 Boiler Replacement.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of a low-pressure water boiler at Lock and Dam 3 in Welch, Minnesota. The project requires the installation of a new boiler with a capacity of approximately 300,000 BTUs per hour, which must be integrated into the existing HVAC system, while also removing the old boiler and associated plumbing. This procurement is significant for maintaining essential infrastructure and is fully set aside for small businesses under NAICS code 238220, with an estimated construction cost ranging from $25,000 to $100,000. Interested contractors must complete the installation within five days of receiving the notice to proceed, with a final deadline of October 31, 2024. For further inquiries, potential bidders can contact Theodore Hecht at the provided email or phone number.
    H945--BOILER TUNING & SAFETY DEVICE TESTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for boiler tuning and safety device testing at the Edward Hines Jr VA Hospital in Hines, IL. The contractor will be responsible for providing all necessary labor, supervision, materials, and equipment to clean grilles and fan systems, conduct Air Change (ACH) Testing, and replace filters, ensuring compliance with safety regulations and operational efficiency. This contract is a 100% small business set-aside with an estimated total value of $12.5 million, covering a base year from November 1, 2024, to October 31, 2025, with four optional extension years. Interested contractors should contact Susan Pasholk at susan.pasholk@va.gov for further details.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Y1NB--PRE-SOLICITATION CONSTRUCTION REPLACE BOILERS AND BOILER PLA Central Texas Veterans Health System, Temple, TX
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a significant construction project to replace the existing boiler plant at the Central Texas Veterans Health Care System in Temple, Texas. The project entails the construction of a new 13,700 square foot Energy Center, which will include three large water-tube boilers to support the campus's steam load, as well as the integration of various utility systems and communication infrastructure. This initiative is crucial for enhancing the facility's operational efficiency and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project budget estimated between $20 million and $50 million. Interested contractors must ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) prior to proposal submission, with the request for quotes expected to be posted around September 25, 2024. For inquiries, potential bidders can contact Taminie Panich at taminie.panich@va.gov or (253) 888-4929.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    Y1NB--Project 585-21-115 Replace Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI -- NAICS 236220 General Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for Project 585-21-115, which involves replacing the Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The project entails the construction of an approximately 7,000 square foot addition to the existing facility, installation of three high-pressure fire-tube boilers, and necessary structural, electrical, and mechanical modifications, with an estimated budget between $20 million and $50 million. This initiative is crucial for enhancing the facility's capacity to serve approximately 20,000 veterans annually, ensuring reliable heating and cooling services. Interested firms must submit their qualifications, including previous construction experience and bonding capabilities, by September 24, 2024, to Kristi Kluck at Kristi.Kluck3@va.gov.