Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

N--SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT

INTERIOR, DEPARTMENT OF THE 140FC226Q0002
Total Obligated
$18,476
SAM.gov
Current Recipient
PHG INDUSTRIES LLC Langhorne PA USA
Jan 26, 2026
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Interior, through the U.S. Fish and Wildlife Service, 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 installation of two new 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips in two staff quarters buildings, which are currently served by aging units nearing the end of their operational life. This procurement is crucial for ensuring safe and comfortable living conditions for staff and their families on-site. Interested contractors must submit their quotes by January 14, 2026, at 3:00 PM EST, following a site visit scheduled for December 17, 2025, and are encouraged to direct any questions to William Koski at william_koski@fws.gov. The total project value is estimated to be less than $25,000, with a performance period from February 2, 2026, to April 30, 2026.

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
N045
INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT

Solicitation Documents

6 Files
Sol_140FC226Q0002.pdf
PDF100 KB1/7/2026
AI Summary
This government solicitation, RFP number 140FC226Q0002, issued by FWS Construction A/E Team 2, is for the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips at Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. These units will replace old HVAC systems in two staff quarters buildings. The project is valued at less than $25,000. A site visit is scheduled for December 17, 2025, with questions due by December 18, 2025, and quotes due by January 7, 2026. Performance is expected to begin within 11 calendar days of award and be completed within 98 calendar days, with a delivery date of April 30, 2026.
SOW_DB_Wage_Rate_Clauses_20251205.pdf
PDF884 KB1/7/2026
AI Summary
This government Statement of Work outlines the acquisition and installation of two 3-ton heat pump packaged systems at Bears Bluff National Fish Hatchery in Wadmalaw Island, SC. The project addresses the urgent need to replace old, failing HVAC systems in two staff quarters, ensuring safe living conditions. The contractor must remove existing split systems, properly dispose of all materials, and install new 15 SEER2 packaged units with 8KW electric heat strips, including new pads, ductwork, thermostats, and electrical connections. The work requires adherence to all applicable local, state, and federal codes, including the National Electric Code. The document also includes the General Decision Number SC20250023, outlining prevailing wage rates for various construction trades in Charleston County, South Carolina, under the Davis-Bacon Act and related Executive Orders. Additional contract sections cover packaging, marking, inspection, acceptance, project delivery timelines (98 days for completion), electronic invoicing via IPP, work hours, environmental considerations, historical preservation, hazardous materials, green procurement requirements, and specific FAR clauses.
Sol_140FC226Q0002_Amd_0002.pdf
PDF201 KB1/7/2026
AI Summary
This government file, an amendment to solicitation number 140FC226Q0002, extends the due date for offers to January 14, 2026, at 3:00 PM, Eastern Time. It also specifies the period of performance from February 2, 2026, to April 30, 2026. The amendment details methods for offerors to acknowledge receipt, including completing items 8 and 15, acknowledging on each offer copy, or sending a separate letter or electronic communication. Failure to acknowledge receipt by the specified time may result in the rejection of the offer. This document outlines the standard procedure for amending solicitations or modifying contracts, including sections for identifying administrative changes and other types of modifications. It emphasizes that all other terms and conditions of the original solicitation remain in full force and effect.
Bears_Bluff_HVAC_Photos_0002.pdf
PDF8057 KB1/7/2026
AI Summary
The provided document appears to be a collection of technical diagrams and labels related to electrical wiring, circuit breakers, and possibly HVAC components, commonly found in building infrastructure. Key elements include warnings about nitrogen pressure in coils, an electric furnace wiring diagram for a PSC motor, connection and ladder diagrams, and detailed specifications for various circuit breakers from brands like Westinghouse and Square D. The document also lists specific areas of a building (e.g., Family Room, Laundry + Master Bath, Dining Room, Kitchen GFI, Small Bedrooms/Bath) and their associated electrical circuits. It mentions AHRI certification for certain components and includes a detail about ABS pipe. The overall purpose of the document seems to be to provide installation, safety, and operational information for electrical and potentially mechanical systems within a residential or commercial setting, likely for an RFP related to construction, renovation, or maintenance projects.
Bears_Bluff_HVAC_Questions_and_Answers_0002.pdf
PDF300 KB1/7/2026
AI Summary
This document, Solicitation: 140FC226Q0002, addresses questions and answers regarding the Bears Bluff HVAC Replacement project. Key clarifications include that each staff quarters building is a single-family, single-story unit, and HVAC replacement is required for two separate houses. Substitutions for construction and cost must be approved before work, while non-incurring expense substitutions require Contracting Officer approval. Contractors are responsible for providing forklifts if needed. Proposals are evaluated based on "Price Only" and will be examined to ensure they meet the Statement of Work (SOW) conditions. While the stated magnitude is less than $25,000, all proposals will be evaluated regardless of whether they exceed this amount, as magnitude indicates the current budget range. The project involves replacing existing split units with package units, requiring some new ductwork as outlined in the SOW, and the underside of the buildings is easily accessible for new unit placement. Vendors can substitute with current R410A replacements and must specify this in their bid.
Sol_140FC226Q0002_Amd_0001.pdf
PDF201 KB1/7/2026
AI Summary
This government solicitation amendment, form Standard Form 30, extends the due date for offers to Wednesday, January 14, 2026, at 3:00 PM, Eastern Time. It outlines the methods for offerors to acknowledge receipt of the amendment, including completing specific items on the form, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to the rejection of an offer. The amendment also allows for changes to already submitted offers via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date. The period of performance for the contract is specified as February 2, 2026, to April 30, 2026.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
amendedAmendment #1· Description UpdatedJan 2, 2026
amendedLatest Amendment· Description UpdatedJan 7, 2026
deadlineResponse DeadlineJan 14, 2026
awardAwarded to PHG INDUSTRIES LLC Langhorne PA USAJan 26, 2026
expiryArchive DateJan 29, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
US FISH AND WILDLIFE SERVICE
Office
FWS, CONSTRUCTION A/E TEAM 2

Point of Contact

Name
Koski, William

Official Sources