HVAC Ductwork Replacement at MODOC NWR
ID: 140FC324Q0028Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

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

    Solicitation from the US Fish and Wildlife Service, Department of the Interior, is seeking a total small business set-aside for the HVAC ductwork replacement at MODOC NWR. This procurement is for the commercial and institutional building construction industry. The purpose of this project is to replace the HVAC ductwork at MODOC NWR.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project is designated as a Total Small Business Set-Aside and falls under NAICS code 237990, with an estimated construction value between $1 million and $5 million. The initiative aims to enhance aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.
    Y--UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. The project requires the delivery of the structure within 120 days from the award date, with specific engineering requirements including a minimum of 20 years of experience in fabricating tubular steel shade structures and compliance with local building codes. This procurement is critical for enhancing visitor facilities at the refuge, ensuring both functionality and durability. Interested contractors must submit their quotations, acknowledging the amendment details, to Nicole Johnson at nicolecjohnson@fws.gov, and must be registered as active vendors on SAM.gov to be eligible for the award.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Construct Freezer/Cooler Bldg. 5754 - FCI Fort Dix
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking small business contractors for a construction project to build a new walk-in freezer and cooler at the Federal Correctional Institution Fort Dix in New Jersey. The project entails providing all necessary labor, materials, and equipment to construct the facility adjacent to the existing Food Service Warehouse Building 5754, with an estimated project value between $500,000 and $1,000,000. This construction is crucial for enhancing the food storage capabilities of the institution, ensuring compliance with safety and operational standards. Interested vendors must respond to the Sources Sought notice by submitting a completed questionnaire to Joshua Cortez at j2xcortez@bop.gov by October 11, 2024, and must also be registered in the System for Award Management (SAM) to validate their eligibility.
    Repair/Replace HVAC Systems, C &D Bays - Building 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified contractors to repair and replace HVAC systems at the Rome Research Site in New York. The project encompasses a comprehensive scope of work, including hazardous material abatement, general construction, fire protection, plumbing, mechanical and HVAC work, electrical work, and related tasks, all of which must adhere to federal, state, and local regulations. This initiative is critical for enhancing facility operations while ensuring safety and compliance with environmental standards, particularly as the work will occur in occupied buildings, necessitating careful planning to minimize disruptions. Interested contractors, particularly those classified as 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB, must submit their intent to propose along with required documentation by 3:00 p.m. EST on October 16, 2024, to Jennifer Calandra at jennifer.calandra@us.af.mil.