MINI SPLIT HEATING/COOLING
ID: 140A2324R0099Type: Solicitation
AwardedSep 21, 2024
$42.9K$42,890
AwardeeMOOWEEP LLC 121 E 400 N Wellsville UT 84339-9357 USA
Award #:140A2324P0783
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
    Similar Opportunities
    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.
    Belcourt RTU & Cabinet Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project involves replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new rooftop unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is designated as a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE), with a total project duration of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, and can direct inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    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.
    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.
    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.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Emergency Air Handler Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the emergency repair of an air handling unit at the Quentin N Burdick Hospital in Belcourt, North Dakota. The primary objective is to repair the damaged supply fan on air handling unit 3 to restore proper ventilation requirements for inpatient treatment rooms, in accordance with ASHRAE 170 standards. This repair is critical for maintaining the hospital's operational efficiency and ensuring a safe environment for patient care. Interested contractors can reach out to Phyllis Gourneau at phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding the procurement process.
    Ft Yuma Compressor
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide and install two 10-ton R-410 scroll compressors at the Fort Yuma clinic in Winterhaven, California. The contractor will be responsible for all aspects of the project, including refrigerant recovery, compressor removal, installation, and operational checks, while ensuring that the clinic remains operational throughout the 30-day performance period. This procurement is critical for maintaining the clinic's HVAC systems, which are essential for patient comfort and care. Interested parties must submit their quotes by December 23, 2025, at 1:00 p.m. PST, and should direct any questions to Dale C. Clark at dale.clark@ihs.gov.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.