Sources Sought Notice: FRC Ground Level HVAC and Roof Replacement
ID: 04282025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 6Denton, TX, 76209, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is conducting market research for contractors capable of performing HVAC and roof replacement services at the Federal Regional Center (FRC) in Denton, Texas. The project involves removing the existing roof membrane and insulation, replacing them with new materials, and upgrading HVAC units to enhance energy efficiency and resolve existing leaks. This initiative is crucial for maintaining operational integrity and compliance with environmental standards in federal facilities. Interested contractors must submit a completed facility access form by April 17, 2025, to attend a site visit on April 21, 2025, and provide responses to the Sources Sought Notice by April 28, 2025. For further inquiries, contact Barbara Gonzalez at barbara.gonzalez@fema.dhs.gov or the Region 6 Procurement Branch at R6-Contracts@fema.dhs.gov.

    Point(s) of Contact
    Barbara Gonzalez
    Undisclosed
    Undisclosed
    Barbara.gonzalez@fema.dhs.gov
    FEMA Region VI Procurement Branch
    Undisclosed
    Undisclosed
    R6-Contracts@fema.dhs.gov
    Files
    Title
    Posted
    The FRC Ground Level HVAC and Roof Replacement project at the Federal Regional Center in Denton, TX aims to address existing roof leaks and enhance energy efficiency by replacing the current roof membrane, insulation, and two oversized HVAC units with three smaller, more effective units. The project is divided into two phases: removing outdated HVAC systems in compliance with EPA standards and installing new commercial-grade HVAC units with high SEER ratings. The work must adhere to Davis-Bacon wage requirements and include disposal of all old materials while ensuring minimal disruption during operations. Key requirements include submission of a detailed Performance Work Statement (PWS), following a structured deliverable schedule, and achieving a one-year warranty on parts and labor. Additional project management activities include planning, cleanup, and conducting inspections. Security measures mandate that all contractor personnel undergo required training and background checks to access sensitive facility information. This project reflects the government's commitment to maintaining operational integrity, environmental compliance, and energy efficiency in federal facilities.
    The FEMA Form FF-900-FY-21-100 serves as a Facility Access Request required for individuals seeking entry to FEMA-controlled facilities. It outlines the procedure for submitting access requests and includes essential personal information collection, such as full name, citizenship status, social security number, and employment details. The form is structured in three parts: Part I must be completed by the applicant, Part II by the government sponsor, and Part III by the agency's security officer for those requiring access to classified areas. The document emphasizes the importance of information protection, privacy, and compliance with security protocols. It delineates the consequences of failing to provide requested information, which could result in denied access, and establishes a routine use of the data which may be shared with external agencies like the FBI for security screenings. The purpose of collecting this information is to enhance visitor management and ensure the safety and security of FEMA facilities. The instructions for submitting the form highlight the verification process and the need for coordination with security officials. Overall, this form is critical for regulating and managing access to sensitive government facilities and maintaining safety protocols.
    The Sources Sought Notice Number 04282025 pertains to the FEMA Region VI Federal Regional Center's HVAC and Roof Replacement project. This document primarily seeks contractor interest and outlines operational restrictions, clearly specifying that work must be conducted Mondays through Fridays during FEMA's operational hours of 7:30 AM to 4:30 PM, excluding federal holidays. Any work outside these hours requires prior approval from designated contracting authorities. Additionally, it clarifies that contractors must submit one cost estimate for the combined HVAC and roof replacement work rather than separate estimates, indicating the project's unified scope. The responses provided to the questions emphasize compliance with specific operational protocols and the necessity for a singular financial proposal. This notice is essential for identifying appropriate contractors to ensure efficient project execution aligned with FEMA's guidelines.
    The Department of Homeland Security (DHS), through its Federal Emergency Management Agency (FEMA), issued a Sources Sought Notice (SSN) to gather market research for contractors capable of removing and replacing the roof membrane, insulation, and HVAC units at the Federal Regional Center (FRC) in Denton, Texas. The site visit for interested contractors is scheduled for April 21, 2025, requiring access forms submitted by April 17, 2025. Responses to the SSN, which include contractor qualifications, capability statements, and relevant past performance, must be submitted by April 28, 2025. The project aims to resolve existing leaks and enhance energy efficiency by replacing current HVAC units with smaller, more efficient models. Contractors are encouraged to specify their business size and capability to perform services as outlined in the notice. This SSN is informational and not a formal Request for Proposal, ensuring that the government is not obligated to contract or issue a future RFP. The project falls under NAICS codes 238160 for roofing and 238220 for HVAC.
    The Department of Homeland Security (DHS), through its Federal Emergency Management Agency (FEMA), issued a Sources Sought Notice (SSN) to gather market research for contractors capable of removing and replacing the roof membrane, insulation, and HVAC units at the Federal Regional Center (FRC) in Denton, Texas. The site visit for interested contractors is scheduled for April 21, 2025, requiring access forms submitted by April 17, 2025. Responses to the SSN, which include contractor qualifications, capability statements, and relevant past performance, must be submitted by April 28, 2025. The project aims to resolve existing leaks and enhance energy efficiency by replacing current HVAC units with smaller, more efficient models. Contractors are encouraged to specify their business size and capability to perform services as outlined in the notice. This SSN is informational and not a formal Request for Proposal, ensuring that the government is not obligated to contract or issue a future RFP. The project falls under NAICS codes 238160 for roofing and 238220 for HVAC.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    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.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This project requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, with a performance period of 240 calendar days. The successful contractor will play a crucial role in modernizing the ER's HVAC system while ensuring minimal disruption to hospital operations and compliance with all relevant regulations. Bids are due via email by January 19, 2026, at 11:00 AM EST, with a public bid opening at 12:00 PM EST on the same day; interested parties must also attend a mandatory pre-bid site visit on December 22, 2025, and submit any Requests for Information by January 7, 2026, to gail.hill@va.gov and lester.griffith@va.gov.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.