Inyo NF Prevention Patrol Office HVAC Installation
ID: 12970224Q0058Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEINYO NATIONAL FORESTBISHOP, CA, 93514, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the HVAC installation project at the Inyo National Forest's Fire Prevention/Patrol Office in Bishop, California. The project entails replacing outdated wall heaters and air conditioning units with a new heat pump system, which includes one 36,000 BTU outdoor unit and multiple wall-mounted air handlers, along with necessary electrical work and logistics. This procurement is crucial for enhancing energy efficiency and maintaining optimal indoor climate conditions for fire prevention operations. Proposals are due by September 18, 2024, with a total budget of less than $25,000, and interested contractors should contact Contract Specialist Bob Eberle at bob.eberle@usda.gov for further details.

    Point(s) of Contact
    Contract Specialist: Bob Eberle
    bob.eberle@usda.gov
    Files
    Title
    Posted
    The file outlines a Request for Proposal (RFP) for the installation of HVAC systems at the Inyo National Forest's Fire Prevention/Patrol Office. The project involves replacing old HVAC systems with new units, including a 36,000 BTU outdoor heat pump and two types of wall-mounted air handlers (12,000 BTU and 6,000 BTU). The contractor is responsible for all procurement, installation, and necessary materials, ensuring successful completion of the project. The document demands vendors to complete and submit the provided Excel Statement of Items (SOI), with quotes valid for 30 days post-solicitation closing. It specifies that the selection will culminate in one awarded contract, accounting for taxes in pricing. This RFP serves to enhance the facility's HVAC capabilities, crucial for maintaining appropriate environmental conditions for fire prevention and related activities.
    The document outlines the Request for Proposal (RFP) for the Inyo National Forest Prevention Patrol Office HVAC Installation, issued by the USDA Forest Service. The project involves replacing non-functional wall heaters and air conditioning units in the White Mountain Prevention and Battalion Chiefs Offices located in Bishop, California. It requires a contractor to install a new heat pump system, including one outdoor unit, wall-mounted air handlers, and electrical work, within a budget of less than $25,000. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within a total of 30 days. The RFP details necessary performance and payment bonds, wage determinations, and compliance with federal regulations regarding sustainable products. Other requirements include providing personal protective equipment, adhering to safety protocols, and ensuring quality assurance through inspection clauses. The submission of proposals is due by September 18, 2024, and is crucial for improving HVAC systems in government facilities, reflecting the agency's commitment to safety, environmental stewardship, and efficient operation of federal buildings.
    The U.S. Forest Service is soliciting an HVAC contractor for the installation of a heat pump system at the Fire Prevention/Patrol building in Bishop, California. The project involves installing one 36,000 BTU outdoor unit and multiple wall-mounted air handlers, along with necessary wiring, condensate lines, and power supply. The contractor will handle all logistics, including equipment supply, waste disposal, and coordination of material deliveries. Work is expected to start on June 24, 2024, and will take approximately 30 days, adhering to specific time restrictions and licensing requirements. The contractor must ensure all installations align with industry standards, including appropriate inspections, and must submit product information for approval before installation begins. The HVAC units must be from recognized manufacturers and meet specific operational performance criteria. This RFP aims to enhance energy efficiency and indoor climate comfort at the facility, emphasizing compliance and safety throughout the project execution.
    The document outlines a renovation project involving various types of doors at a facility labeled as the Radio Shop. It specifies the removal and replacement of multiple roll-up doors and the trails door, along with plans to infill and replace windows in the building. The detailed plan view and front elevation renderings suggest a focus on improving access and possibly security features of the facility. The repetitive mention of different doors indicates a comprehensive evaluation of the building's entry points, aiming to enhance efficiency and safety. As part of a government-requested proposal (RFP), this renovation is aligned with federal and state/local standards, indicating a structured approach to maintaining and upgrading governmental facilities. The project entails careful planning and execution, ensuring that all changes comply with safety regulations and operational needs.
    The United States Department of Agriculture (USDA) Forest Service issued an Experience Questionnaire aimed at prospective contractors for upcoming solicitations. The document outlines critical information that contractors must provide, including their name, address, and contact details, as well as their business type (e.g., corporation, non-profit) and years of relevant experience in contracting as either a prime or sub-contractor. Contractors are required to list completed projects from the past three years, current contractual commitments, and details of key personnel, including their experience and roles. Additionally, the questionnaire asks for information on available equipment and self-inspection processes aimed at ensuring quality work. It also emphasizes the importance of certification and accuracy in the information provided, as it is essential for verification of capability to complete the proposed projects. The structure facilitates a comprehensive overview of contractor qualifications and resources, tailored to the USDA Forest Service’s contracting needs, underscoring its role in the federal procurement process.
    The document outlines the requirements for utilizing biobased and sustainable products in the Soldier Creek Boardwalk project at Lassen National Forest, mandated by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005. Contractors must prioritize the use of biobased products when available and meeting industry standards, ensuring compliance with specific regulations. The statement form provided allows contractors to indicate either their intent to use biobased products, their choice of non-designated products with justification, or to certify that no biobased products will be used at this time. The completion of this statement is vital for contractor accountability and adherence to federal regulations, emphasizing the government's commitment to sustainability and environmental responsibility in federal contracting processes. Overall, it underscores the importance of aligning procurement practices with sustainability goals while providing necessary compliance mechanisms within the contract framework.
    The document details the designation of representatives for the Soldier Creek Boardwalk project under Solicitation No. 12970224Q0021 for the Lassen National Forest. It assigns key personnel from the contractor, including the contractor representative, project foreman, project manager, and inspector, along with their respective contact information. The delegation of authority includes the ability to perform essential actions related to the contract, such as signing payment estimates and invoices, modifying the contract, and executing termination settlements. This designation underscores the contractor's authority to manage contractual obligations efficiently while ensuring compliance. The structure focuses on personnel assignment, delegation of authority, and the overarching purpose of project execution as mandated in federal and local RFPs.
    The document pertains to the Fire Prevention/Patrol Office within the White Mountain Ranger District Compound. It includes a location map and a site map, indicating the physical layout and specific positioning of the office within the district. The primary focus of the document is to outline the facilities related to fire prevention and patrol operations, essential for safeguarding the region against fire hazards. The mapping information reinforces the significance of strategic placement in enhancing response effectiveness and operational efficiency. This document likely serves as part of a broader governmental initiative to ensure adequate fire safety measures and support community emergency services, aligning with federal and local public safety objectives.
    The document outlines a proposed progress schedule for the Soldier Creek Boardwalk project under the jurisdiction of the USDA Forest Service, specifically at Lassen National Forest. The main purpose of the document is to establish a timeline for contract work, including the calculation of contract time based on square footage. Key components include detailed instructions for completing the contract time block, inserting contract days at specified completion percentages, and tracking actual progress against the proposed schedule. The document requests that contractors visually represent planned work through a line chart without solid blocks. Additionally, it outlines the approval process, emphasizing the need for coordinated communication between the contractor and the contracting officer's representative to ensure projects remain on schedule. This proposal exemplifies routine procedural documentation in federal grants and RFPs, aimed at ensuring accountability, progress tracking, and efficient project management within the context of government projects.
    This government file encompasses a detailed exploration of various federal RFPs (Requests for Proposals) and grants, alongside state and local initiatives. The central theme revolves around advancing infrastructure and health projects aiming to enhance public safety and welfare. Key components include systematic approaches for conducting assessments on hazardous materials like lead paint and asbestos, essential for maintaining health standards during restoration projects. Strategic insights guide the development of efficient methodologies for project execution, emphasizing procedural adherence to safety regulations. Additionally, the document outlines requirements for project proposals, including detailed planning for mechanical, plumbing, and fire suppression systems while ensuring compliance with local and federal regulations. It underlines the importance of coordination among engineers, architects, and contractors to facilitate successful project outcomes. Overall, the file serves as a comprehensive guideline, fostering understanding between public agencies and contractors regarding processes, safety measures, and regulatory compliance important for carrying out vital health and infrastructure improvements across various levels of government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Durango Air Tanker Base HVAC Repairs
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for HVAC repairs at the Durango Air Tanker Base in Colorado. The project involves upgrading the existing heating, ventilation, and air conditioning systems, including the replacement of furnace units and installation of electronic filter systems, to enhance energy efficiency and temperature control. This initiative is crucial for maintaining operational conditions and personnel comfort at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    J--Burley Fire Office HVAC System Replacement
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    HVAC Unit at Lake Eufaula Project Office
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is preparing to issue a solicitation for HVAC installation services at the Eufaula Lake Project Office in Oklahoma. This project is designated as a 100% Small Business set-aside under NAICS Code 238220, with a small business size standard of $19 million, and aims to provide essential air conditioning installation and discard services. The contract will be awarded on a Firm-Fixed Price basis, with evaluations based on price, past performance, and compliance with subcontracting regulations. Interested contractors should monitor the PIEE website for updates, as the solicitation is expected to be published around September 4, 2024, with quotes due by September 17, 2024, and the anticipated award date set for September 23, 2024. For further inquiries, contractors can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Rudolfo J. Morales, Jr. at rudolfo.j.morales@usace.army.mil.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump in accordance with the provided Statement of Work and specifications. This project is crucial for maintaining efficient climate control in training environments, ensuring operational readiness and comfort. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and are encouraged to attend a site visit on September 18, 2024, at 10:00 AM CDT. For further inquiries, contact A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.
    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.
    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.