MO NEOSHO NFH HVAC REPLACEMENT
ID: 140FC325Q0009Type: 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

REPAIR OR ALTERATION OF PRODUCTION BUILDINGS (Z2EC)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christa_garrigas@fws.gov or call 325-261-4143.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the heating and cooling systems at the Neosho National Fish Hatchery in Missouri. Vendors are encouraged to visit the site to understand the project's requirements prior to bidding. The scope includes the demolition of the existing furnace and air conditioning components, along with the installation of a new natural gas furnace (14 SEER, 60K BTU) and a 2-ton air conditioning unit, ensuring that all work complies with federal and state regulations, including OSHA and environmental protocols. The contractor will be responsible for all labor, materials, and disposal of debris while coordinating with hatchery representatives to maintain safety around nearby fish-rearing areas. The work must be completed within 60 days of receiving the notice to proceed, and a one-year warranty will be provided for the installed systems. The hatchery will furnish necessary utilities like electricity and water for the construction work, and further coordination will take place with designated technical coordinators. This project serves a vital function in enhancing the infrastructure of the fish hatchery, ensuring efficiency and compliance while adhering to environmental sustainability guidelines outlined in federal policies.
    The document is a compilation of government-related documentation, specifically focusing on Requests for Proposals (RFPs), federal grants, and state and local RFPs. It aims to provide insights into the various funding opportunities available for prospective applicants, detailing the guidelines and requirements for submission. The content is structured to outline key themes such as eligibility criteria, application deadlines, funding limits, and necessary documentation. Moreover, it emphasizes the importance of adhering to specific federal and state regulations while applying for grants or responding to RFPs. The document serves as a resource for entities seeking financial resources and guidance for government-funded initiatives, encouraging collaboration between government agencies and potential service providers. The primary purpose is to facilitate access to essential information that can aid organizations in navigating the complex landscape of government funding, thus fostering project implementation in various sectors such as healthcare, environmental services, and infrastructure development. Overall, this resource underscores the government's commitment to transparency and support in funding diverse projects that contribute to community enhancement and development.
    The Solicitation for Bid (RFP) involves the HVAC Replacement project at Neosho National Fish Hatchery (NFH) in Neosho, Missouri. The contractor is required to comply with the attached Statement of Work, and the performance period spans from March 24, 2025, to June 3, 2025. A mandatory site visit is scheduled for February 27, 2025, at 10:00 AM MST, where interested bidders can assess project specifications. The government funding for the project is below $25,000, and offers must be submitted electronically, adhering to several solicitation criteria, including performance and payment bond provisions. The Procurement also requires compliance with the Buy American Act, ensuring that primarily domestic materials are used unless exceptions are granted. Additionally, the contractor must minimize environmental impacts and comply with various labor standards, including Davis-Bacon Wage Rates. Overall, this solicitation aims to achieve efficient project completion while ensuring safety, compliance, and adherence to government standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    N--Replace HVAC Units - Hubbell Trading Post NHS (HUT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. The project involves the removal of existing HVAC systems and the installation of new units, with sizes ranging from 1.5 to 5 tons, ensuring compliance with specific guidelines and the use of natural gas heating. This procurement is critical for maintaining the operational integrity of the facility, and contractors must adhere to Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. Interested contractors should submit sealed bids by March 6, 2025, with a site visit scheduled for February 26, 2025, and project completion expected within 90 days of the Notice to Proceed. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    N--GLCA - Lees Ferry HVAC Replacement - Housing Units
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of HVAC systems in housing units 206 A/B at the Glen Canyon National Recreation Area. The project involves the removal of two outdated HVAC systems and the installation of new energy-efficient 3-ton heat pumps, which must comply with modern energy efficiency standards and utilize either R32 or R454B refrigerants. This initiative is part of the government's commitment to improving infrastructure while adhering to environmental stewardship and safety protocols. Interested small businesses must submit their quotes by February 25, 2025, with work expected to commence by March 1, 2025, and be completed by April 30, 2025. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors for the replacement and upgrade of HVAC systems at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project specifically involves the removal of a failed 60-ton Daikin chiller and the installation of a new chiller along with Variable Frequency Drive (VFD) replacements, ensuring compliance with safety regulations and integration into the existing Energy Management System. This procurement is crucial for maintaining operational efficiency and safety at the marine sanctuary, which serves as an important environmental and visitor center. Interested small businesses must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date on or about March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Z--Fan Coil Unit Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of fan coil units as part of a presolicitation opportunity. This procurement aims to engage qualified plumbing, heating, and air-conditioning contractors to ensure the effective replacement and installation of these critical HVAC components. The fan coil units play a vital role in maintaining climate control and comfort within park facilities, thereby supporting visitor experience and preservation efforts. Interested small businesses are encouraged to reach out to Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, involves general construction services, including the installation of new HVAC infrastructure, with a contract duration of approximately 900 days. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $10 million and $20 million. Interested vendors must submit their proposals by March 13, 2025, and are encouraged to contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or 913-758-9912 for further inquiries.