MINI SPLIT HEATING/COOLING
ID: 140A2324R0099Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSINDIAN EDUCATION ACQUISITION OFFICEAlbuquerque, NM, 87104, USA

NAICS

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

PSC

TECHNICAL REPRESENTATIVE- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (L045)

Set Aside

Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior and Indian Health Services) (IEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the installation of mini-split heating and cooling systems at Jeehdeez'a Elementary School in Pinon, Arizona. The project aims to replace the existing dysfunctional HVAC systems in the Principal's office and Administration Conference Room, with an estimated total cost of $20,919.90 covering equipment, labor, and travel expenses. This procurement is critical for improving the school's infrastructure and ensuring a suitable learning environment for students and staff. Proposals are due by September 18, 2024, and must comply with the Davis-Bacon Wage Determinations, with a performance period of 30 days upon receiving the notice to proceed. Interested contractors can contact Carolyn Sulla at carolyn.sulla@bie.edu for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Jeehdeez'a Elementary School is seeking to address a prolonged heating issue affecting the Principal's office and the Administration Conference Room. The existing heating system has been dysfunctional for two years despite professional assessments, which recommend replacing the HVAC systems. The project entails removing the current heating units and installing new mini-split heat pumps, including outdoor and indoor units, along with necessary components such as remote controls, line sets, vibration pads, and surge protectors. The total estimated cost for the project is $20,919.90, covering equipment, labor, and travel expenses. The contractor is required to have the cooperation of the school's administration during the installation, which will occur during business hours. Furthermore, the contractor must adhere to security protocols while on campus. The document outlines specific tasks to complete the installation effectively and maintains the importance of compliance with safety and operational guidelines throughout the project. This RFP reflects the need for infrastructure improvements in public schools to ensure suitable learning environments for students and staff.
    This document presents the General Decision Number AZ20240027 related to wage determinations for construction projects in Navajo County, Arizona, specifically focusing on building construction, including treatment and industrial plants. It outlines wage rates and fringe benefits required under the Davis-Bacon Act and relevant Executive Orders, such as EO 14026 and EO 13658, detailing minimum wage requirements of $17.20 or $12.90 per hour based on contract dates. The document provides specific classifications of workers involved in construction, their respective rates, and fringe benefits, incorporating geographic pay zones that adjust wages based on distance from certain locations in Phoenix. Additionally, it emphasizes worker protections like paid sick leave as per EO 13706. The summary concludes with the appeal process for wage determinations, assuring a structured approach for those seeking reconsideration or further action. This comprehensive document serves as a regulatory framework for ensuring fair labor practices in federally funded construction undertakings.
    The Bureau of Indian Affairs outlines the health and safety standards relevant to construction and renovations within its jurisdiction, focusing on compliance with various federal, tribal, and state regulations. Key areas include Occupational Safety and Health Administration (OSHA) compliance, fire safety measures, accessibility standards under the Architectural Barriers Act, building safety codes as set by the National Fire Protection Association, and specific requirements for mechanical systems and plumbing installations. Energy conservation and environmental quality are also emphasized, mandating adherence to energy efficiency standards and guidelines for food service and sanitation facilities. Revised periodically, the document aims to ensure safe and sustainable construction practices while maintaining accessibility, safety, and efficiency in new and renovated buildings. Compliance with these extensive codes and standards is critical for contractors and grantees involved in federal projects, ensuring adherence to legislative requirements and the upkeep of community health and safety standards.
    The document outlines the procedures and requirements for contractors submitting material approval requests to the Department of the Interior, Indian Affairs. Specifically, it is a standard form (IA FORM 3000) to be used for submitting shop drawings, equipment data, manufacturer literature, and material samples for government approval under contractual agreements. Contractors must provide specific details about the materials, labeled and numbered according to contract specifications. Each submission must be signed by the contracting officer for validity. It emphasizes clear identification and tabbing of items for efficient evaluation and mandates resubmissions for disapproved items within a specified timeframe. The document serves as a tool to ensure compliance with contract specifications and facilitate accurate assessment of materials to be incorporated into government-funded projects, reflecting a structured process typical of federal RFPs and grants. This adherence to protocol is crucial for maintaining regulatory standards and successful project execution.
    The document outlines the procedures for contractors submitting a Contract Progress Schedule (Form IA-C113) to the Department of the Interior, Indian Affairs. This form is essential for monitoring the progress of contracted projects, detailing the contract number, project title, and key dates, such as the actual starting and completion dates. Contractors must provide a breakdown of major work elements, along with their respective percentages, planned progress over the contract duration, and any necessary adjustments if modifications occur. Clear instructions guide contractors in reporting work progress at specified intervals to ensure accurate contract administration and enable partial payment approvals. The emphasis on timely reporting and adherence to the prescribed schedule reflects the importance of maintaining transparency and accountability in government contracting processes. Ultimately, this document serves as a critical tool for ensuring successful project management, allowing for effective oversight of construction and related activities funded by federal and state resources. Compliance with these guidelines supports the efficient use of public funds while delivering expected deliverables on time.
    The document is a Contract Progress Report from the Department of the Interior, Indian Affairs, designed to track the progress of contractors on government projects. It collects essential data such as contractor information, project numbers, contract completion dates, and details regarding work elements, including percentage completed both for the current period and cumulatively. A key feature of the report is the certification by a representative that the contractor has satisfactorily met project requirements as specified in the contract. The report also includes a check for payroll submissions during the reporting period. This form plays a significant role in processing payments to contractors based on their reported progress, thereby ensuring accountability and compliance with contract specifications. Overall, the document structurally facilitates efficient project management and oversight within governmental contracting processes.
    The document outlines the Statement and Acknowledgment required for federal contracts and subcontracts, emphasizing compliance with labor standards as mandated by the Contract Work Hours and Safety Standards Act. Part I details essential information from the prime contractor, including contract numbers, contractor identities, and details regarding the subcontract awarded. The prime contractor confirms the presence or absence of specific clauses within the contract. In Part II, the subcontractor acknowledges their understanding of and compliance with various labor standards applicable to the subcontract, including payroll and record-keeping requirements, wage rate compliance, and eligibility certifications. The document serves as an official record to ensure both parties adhere to federal regulations and labor standards in their contractual obligations, thereby promoting accountability and transparency in government contracts. This reinforces the government's commitment to fair labor practices and regulatory compliance throughout the contracting process.
    The document outlines a Request for Proposal (RFP) for a firm fixed-price contract for HVAC replacement at Jeehdeez'a Elementary School in Pinon, AZ, designated as a 100% Indian Economic Enterprise (IEE) set-aside. It stipulates that offers are due by September 18, 2024, with a proposal acceptance period of 90 days. Contractors must comply with the Davis-Bacon Wage Determinations and provide a background investigation for personnel interacting with Indian children. A site visit will be coordinated by email, and a Notice to Proceed will follow post-construction meeting requirements. The estimated project budget ranges from $25,000 to $100,000 with a performance period of 30 days upon receiving the notice. Proposals must demonstrate technical acceptability under a Lowest Price Technically Acceptable (LPTA) selection criteria. The document also addresses safety protocols, including COVID-19 guidelines and security measures for contractor personnel. Lastly, it emphasizes compliance with various federal regulations and policies relevant to the procurement process under the U.S. government. This comprehensive approach ensures proper oversight, safety, and responsiveness to community needs during the HVAC project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--Blower Assembly Repair
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, has announced a sole source contract for the repair of a blower assembly at the Flandreau Indian School in South Dakota. The contract, awarded to Tessier's Inc., involves the urgent removal, repair, and reinstallation of the blower assembly in the school auditorium's air handling unit, which is critical for providing heat to the building during the winter months. This repair is essential to prevent the school from closing due to freezing temperatures, which pose risks of frozen pipes and water damage. The total contract amount is $12,000, with a performance period from September 16, 2024, to October 18, 2024. For further inquiries, interested parties may contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
    Replacement Boilers & Start-up Service for Aneth C
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs, through the Indian Education Acquisition Office, is seeking proposals for the replacement of boilers and start-up services at the Aneth Community School. The procurement involves the provision and installation of Raypak WH2 boilers, with a focus on compliance with federal labor standards and Small Business requirements, as outlined in the Request for Proposal (RFP) number 140A2324Q0528. This initiative is part of the government's commitment to improving infrastructure within educational facilities, ensuring that the necessary heating equipment is both efficient and reliable. Interested bidders must submit their proposals electronically, with the contract period running from September 30, 2024, to September 29, 2025; for further inquiries, contact Michael Drinkwater at michael.drinkwater@bie.edu.
    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.
    NEW REQ ROOF REPLACEMENT COTTONWOOD DS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for a roof replacement project at the Cottonwood Day School located in Chinle, Arizona. The contractor will be responsible for providing all necessary materials, equipment, and personnel to complete the project, which includes options for either complete roof removal or a layover, while adhering to safety protocols and environmental regulations. This project is crucial for maintaining the integrity and safety of the school facilities, with an estimated cost between $100,000 and $250,000, and a performance period of 60 calendar days from the Notice to Proceed. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024; interested parties can contact Krisanne Dernago at krisanne.dernago@bie.edu for further information.
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    PLUMBING FIXTURES UPGRADES
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for plumbing fixture upgrades at the Tohono O’odham Adult Detention Facility in Sells, Arizona. The project involves the removal of outdated plumbing fixtures and the installation of new, compliant fixtures, with a completion timeline of 90 calendar days from the Notice to Proceed. This procurement is critical for enhancing the facility's infrastructure and ensuring compliance with safety and legal standards, including ADA requirements. Interested contractors must submit sealed bids by September 19, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    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.
    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.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement is particularly significant as it is set aside for Indian Economic Enterprises, reflecting the government's commitment to supporting tribal businesses. Interested contractors must submit their all-inclusive quotes by September 20, 2024, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 602-241-4566 for further information.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.