Building 101 HVAC Tower Renovation
ID: 1333ND24RNB190036Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified contractors for the renovation of the HVAC tower at Building 101 in Gaithersburg, Maryland. The project involves replacing outdated HVAC equipment, including six air conditioning units and nine exhaust fans, while ensuring compliance with relevant codes and standards, with a total budget of approximately $2.5 million and a performance timeline of 370 days. This renovation is crucial for maintaining air quality and operational efficiency within a key government facility. Interested small businesses must submit their proposals and acknowledge receipt of the solicitation amendment by the specified deadlines, with inquiries due by February 18, 2025, and a site visit scheduled for February 13, 2025. For further information, contractors can contact Richard 'Trent' Stevens at richard.stevens@nist.gov or Guzel Gufranova at guzel.gufranova@nist.gov.

    Point(s) of Contact
    Richard 'Trent' Stevens
    richard.stevens@nist.gov
    Files
    Title
    Posted
    This document is an amendment to a solicitation, providing essential procedures and updated deadlines for potential offers regarding a project tied to the National Institute of Standards and Technology (NIST). It specifies that offers must acknowledge receipt of the amendment by designated methods to prevent rejection, emphasizing the importance of timely communication. The amendment extends the due date for questions and Requests for Information (RFIs) to February 19, 2025, and includes a copy of the site visit sign-in sheet, while all other terms and conditions remain unchanged. The corrected requisition number and project identification details are included, maintaining clarity for contractors. The amendment is signed by Richard Trent Stevens, ensuring legitimacy and acknowledgment by the contracting officer.
    CFR Engineering Consultants, Inc. prepared a Basis of Design (BOD) report for the replacement of HVAC equipment in the Mezzanine A of Building 101 at the National Institute of Standards and Technology (NIST), aimed at revitalizing aging mechanical systems. The project involves replacing six air conditioning units and nine exhaust fans with updated systems, including installation of new ductwork, piping, and controls. The redesign adheres to relevant codes and guidelines, such as the International Building Code and ASHRAE standards. The scope includes supporting temporary HVAC solutions while one unit is offline, ensuring continuity of comfort in the facility. The project encompasses detailed design considerations like integrating new Variable Frequency Drives (VFDs), modified fire alarm systems, and ensuring the existing control systems are updated for operational effectiveness. With a projected budget of $2.5 million and a performance timeline of 370 days, the project is a significant step towards maintaining air quality and operational efficiency in an essential government facility. This report forms part of the federal RFP process, illustrating procedural compliance and engineering best practices in public infrastructure initiatives.
    The document pertains to the refurbishment project of HVAC equipment at Building 101, National Institute of Standards and Technology (NIST), Gaithersburg, MD. The purpose is to replace outdated mechanical systems, ensuring compliance with applicable codes and standards. The project involves initial site assessments, demolition of existing equipment, and installation of new air conditioning units, associated piping, and electronic components. Key points include a detailed scope of work which mandates contractors to verify existing conditions and dimensions, and to coordinate with the Contracting Officer's Representative (COR) to address any discrepancies. The document specifies the installation of mechanical, electrical, and structural components while adhering to safety protocols. It also outlines requirements for performance testing and operational validation of the new systems post-installation. Essential guidelines cover project phases to mitigate service disruptions and require that NIST operations continue seamlessly throughout construction. Notably, all work is to meet or exceed the standards set by international and local building codes. The overall initiative reflects a commitment to modernizing the facility’s infrastructure while maintaining operational integrity and compliance.
    CFR Engineering Consultants, Inc. has developed specifications for the HVAC replacement project at the National Institute of Standards and Technology (NIST) Building 101, Mezzanine A Wing. The project, under Contract No. 1333ND20DNB190008, outlines the detailed requirements across various divisions, including general conditions, existing conditions, plumbing, mechanical, electrical, and electronic safety. Key components include the replacement of air conditioning units and associated controls, with an emphasis on strict adherence to safety, operational compliance, and environmental regulations. The document delineates contractor responsibilities, project management processes, payment structures based on unit pricing, and specifications for installation, testing, and commissioning of mechanical and electrical systems. It ensures that all work complies with safety regulations, particularly regarding asbestos and hazardous materials, mandating coordination with the NIST Contracting Officer Representative. The specifications aim to facilitate an efficient construction process while maintaining the operational integrity of the facility, highlighting the importance of careful planning and execution. The document serves as a crucial guideline for prospective contractors in understanding the scope and requirements essential for the project’s successful completion.
    The document serves as a comprehensive guideline for contractors and architectural/engineering (A/E) firms conducting site investigations and fieldwork at the National Institute of Standards and Technology (NIST) in Gaithersburg, MD. Key topics include emergency procedures, safety equipment requirements, confined space entry protocols, and utilities management. Contractors must familiarize themselves with safety regulations, specifically OSHA standards, and adhere to stringent requirements regarding environmental management and waste disposal. Site access procedures are detailed, highlighting the importance of security protocols and badge issuance for personnel. The guidelines also cover excavation activities, daily reporting, adverse weather considerations, and restoration protocols upon project completion. Emphasizing safety and compliance, the document aims to mitigate risks to workers and the public while ensuring efficient project execution. This resource is pivotal in aligning construction activities with federal regulations and safety standards, reflecting the government's commitment to maintaining a secure and environmentally responsible work environment.
    The document appears to be a corrupted or improperly formatted government file, lacking clear and coherent text. It contains fragmented phrases and symbols, potentially indicating a malfunction in data storage or retrieval. An assessment of this file suggests it may relate to federal or local government requests for proposals (RFPs) or grants; however, due to the overwhelming presence of jumbled characters and unreadable sections, extracting meaningful information is challenging. The original intention of the document may have included discussing funding opportunities, program guidelines, or grant application processes. Without essential data elements, a comprehensive analysis is hindered. The text indicates a structured yet disintegrated approach, where distinct topics could have covered federal guidelines, project specifications, or eligibility criteria for financial assistance. Ultimately, the document’s corrupted state prevents a thorough examination of its primary purpose.
    This project data sheet serves as a comprehensive template for documenting details related to government contracts and requests for proposals (RFPs). It outlines the essential information required from firms interested in participating in these contracts, including their experience (as an offeror, joint-venture, or subcontractor), type of work performed (prime contractor or subcontractor), contract specifics (number, title, location, value, and dates), and nature of the work monitored (new construction, renovation, etc.). The form also captures contract types (firm-fixed price, cost/time and material) and details regarding the construction contract's nature (design-build, design-bid-build, etc.). A significant portion of the document solicits detailed descriptions of the project, services provided, and what work was self-performed by the firm. The aim of this structured approach is to gather comprehensive information to streamline the evaluation of contractor qualifications, ensuring that the selected entities align with project requirements and government standards while fostering accountability and transparency in the procurement process.
    The Past Performance Questionnaire (PPQ) is a structured document designed to evaluate contractors' past business performance in federal government projects, particularly for Request for Proposals (RFPs) and grants. It guides both contractors and clients in providing essential information regarding the contractor's capabilities, work history, and project outcomes, helping to ensure compliance with contract requirements. The questionnaire captures critical details such as contractor information, work performed, contract specifics, and project descriptions, allowing clients to rate various performance aspects using defined adjectives from 'Exceptional' to 'Unsatisfactory.' Furthermore, it seeks feedback on quality, timeliness, customer satisfaction, management effectiveness, cost management, and safety compliance, concluding with the overall client satisfaction rating. The intent is to create a reliable performance profile that assists in decision-making for future contracts. This document is integral to maintaining high standards within federal contracting processes, facilitating accountability, and ensuring successful project execution while safeguarding government interests.
    The document outlines the requirements for submitting a resume form for key personnel involved in government projects under federal and state RFPs and grants. Each proposed individual must detail their education, professional registrations, certifications, and work experience in relation to the key position they are assigned. Important sections of the resume include the individual's current position, responsibilities, previous positions held (including years of service and significant accomplishments), educational background, and any pertinent training courses completed. Additionally, a list of relevant projects must be provided, detailing contract numbers, scope, and the individual's role. If the individual is not a current employee, a letter of commitment from the prime or subcontractor is required. This structured approach ensures that the qualifications and experience of the key personnel are thoroughly evaluated, facilitating informed decisions during the selection process for government contracts. The emphasis on detailed personal qualifications is essential for ensuring that projects are entrusted to capable and experienced individuals.
    The file details a solicitation for the renovation of the HVAC system at the B101 Tower of the National Institute of Standards and Technology (NIST). A site visit is scheduled for February 13, 2025, where interested offerors are encouraged to inspect the work location. Attendees must register by emailing their personal information to a designated contact at least 48 hours in advance and comply with security protocols for entry to the federal facility. Further inquiries regarding the solicitation are to be submitted via email by February 18, 2025, using specific subject lines provided in the document. Responses to these inquiries will be documented in an amendment to the solicitation, ensuring that only those responses included in the official amendment guide the contract's execution. The file emphasizes compliance with pre-visit procedures and highlights security measures for visitor access, including acceptable forms of identification. Overall, this document serves as a formal announcement for contractors to participate in a federal renovation project while outlining important procedural guidelines and security requirements for site access.
    The document presents a federal request for proposals (RFP) related to community development initiatives aimed at enhancing local infrastructure and service delivery. It seeks to engage qualified organizations that can demonstrate expertise in project management, public outreach, and sustainable practices. Key objectives include assessing community needs, recruiting stakeholders, and facilitating the implementation of targeted improvements in various sectors such as housing, transportation, and public facilities. The structure of the RFP outlines eligibility criteria, proposal submission guidelines, project timelines, and evaluation metrics. Emphasis is placed on aligning proposed projects with federal and state policy frameworks, ensuring compliance, and delivering measurable outcomes. Furthermore, the document encourages the development of innovative solutions that enhance community engagement and foster economic growth while addressing social equity concerns. Organizations are urged to prioritize environmental sustainability and inclusion in their proposals. Overall, this RFP highlights the government’s commitment to investing in local communities, facilitating partnerships, and promoting collaborative efforts to achieve long-term developmental goals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    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 christagarrigas@fws.gov or call 325-261-4143.
    AMENDMENT 0004: Reactor Recovery Services
    Buyer not available
    The Department of Commerce, through the National Institute of Standards and Technology (NIST), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on "Nuclear Reactor Recovery Services" at the National Bureau of Standards Reactor (NBSR) in Gaithersburg, Maryland. The contract, anticipated to span four years with a total value of up to $9 million, requires contractors to provide labor, materials, and services to address contamination issues and ensure compliance with safety regulations following elevated radiation levels. This procurement is critical for maintaining operational safety and environmental standards in nuclear research facilities, emphasizing the importance of rigorous safety protocols and qualified personnel. Interested parties must submit their proposals by 5:00 p.m. ET on March 7, 2025, and direct inquiries to Contract Specialist Cielo Ibarra at cielo.ibarra@nist.gov.
    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.
    Upgrade Ventilation for Admin Building Training Room
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the ventilation system in the Administration Building Training Room at Base Galveston, Texas. The project involves investigating existing moisture issues, replacing materials, and enhancing climate control to improve environmental conditions for machinery while minimizing condensation problems. This procurement is crucial for maintaining operational integrity and safety standards, with a focus on small business participation under the Total Small Business Set-Aside program. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to bidding. Proposals must adhere to strict compliance with safety regulations, including OSHA standards, and the contract will be awarded based on the lowest priced technically acceptable offer. For further inquiries, contractors can contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn P. Charles at Lynn.P.Charles2@uscg.mil.
    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.
    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.
    Non-Personal Services to Replace HVAC Condenser Units at NWS Forecast Office, Slidell, LA
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal services for the replacement of HVAC condenser units at the National Weather Service (NWS) Forecast Office in Slidell, Louisiana. The project involves replacing two 30-ton Trane units, one 15-ton Trane unit, and three Liebert condensing units, with a focus on minimizing disruptions to ongoing operations and ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the operational infrastructure of the NWS, which relies on effective climate control systems to support its forecasting activities. Interested small businesses must submit their quotes electronically by 4:00 PM on February 20, 2025, and can direct inquiries to Casey Keating at casey.keating@noaa.gov or by phone at 303-578-2579.