PORE RANGER HQ: REPLACE PROPANE FURNACE
ID: 140P8425Q0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (N044)

Set Aside

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

    The National Park Service (NPS) is soliciting proposals for the removal of a propane furnace and the installation of an electric heating system at the Park Rangers Headquarters located in Point Reyes National Seashore, California. The project entails the complete removal and disposal of the existing propane furnace, followed by the installation of a high-efficiency heat pump integrated into the existing heating duct system, with a focus on enhancing energy efficiency and sustainability. This procurement is categorized as a Total Small Business Set-Aside under NAICS Code 238220, allowing only small businesses to submit bids, with the anticipated award being a firm-fixed-price purchase order. Interested contractors must submit their quotations electronically by the specified deadline and can direct inquiries to Claire Lewis at claire_lewis@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The project at Point Reyes National Seashore, California, focuses on replacing a broken propane furnace with an electric air-source unitary heat pump system. This initiative aims to enhance energy efficiency in compliance with established ASHRAE and performance standards. Key specifications include a Mitsubishi heat pump, which provides both heating and cooling with capacities ranging from 29,600 to 40,000 BTU/H based on temperature conditions. The installation guidelines emphasize adherence to manufacturer instructions, applicable building codes, and seismic restraint requirements. Additionally, the project outlines the necessity of training National Park Service personnel in the operation and maintenance of the new system. This undertaking reflects a commitment to sustainable practices and energy efficiency within government facilities while also meeting safety and performance standards. The plan serves as a model for similar upgrades in federal and local projects, aligning with broader objectives of reducing energy consumption and promoting environmentally friendly technologies.
    The document is a quote sheet for RFQ No. 140P8425Q0013 concerning a project at Point Reyes National Seashore, specifically focused on the removal of a propane furnace and its replacement with an electric heat pump. It outlines key instructions for offerors, including the requirement to submit a compliant proposal with pricing for specified contract line item(s). Offerors must provide unit prices and total costs, adhering to particular guidelines for calculation errors. The sole contract line item pertains to the removal and installation of the heat pump, with a lump sum quantity. The document includes spaces for the offeror's name and Unique Entity Identifier (UEI). Overall, this RFQ invites contractors to bid on a specific service related to energy efficiency improvements at a national park site, aligning with government goals to modernize infrastructure while focusing on sustainability.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-5725, Revision No. 24, effective through 2024. It mandates minimum wage rates for federal contracts, which vary based on the contract date. If awarded after January 30, 2022, the minimum wage is $17.75 per hour; if awarded between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour. State-specific wage rates are highlighted for various occupations in California's Marin County, detailing salaries across diverse job categories including administrative, automotive, health, information technology, and maintenance roles, among others. Fringe benefits include health and welfare provisions, vacation time, and holidays, as well as requirements for sick leave under Executive Order 13706. Additionally, the document prescribes conformance procedures for unlisted job classifications ensuring equitable wage relationships. This governance ensures compliance with labor standards, benefitting both contractors and workers involved in federal contracts, thus safeguarding fair compensation practices.
    The document is a Technical Information Form associated with RFQ No. 140P8425Q0013, which pertains to a project for replacing a propane furnace at Point Reyes National Seashore. It outlines the requirements for quoters, including providing their business information, proposed team structure (indicating if they intend to self-perform the work or use subcontractors), and relevant past project experience. Quoters must submit details of up to three past projects that are similar in nature and scope, alongside references including names, contact numbers, and emails. Additionally, the form requests a technical approach narrative limited to one page, outlining the means and methods for completing the work. This solicitation facilitates the federal procurement process by collecting essential information to ensure that only qualified contractors are selected for the project, thereby aiming for effective project execution while adhering to government standards and regulations.
    The document is RFQ No. 140P8425Q0013, detailing the representations and certifications required from offerors participating in federal contracts, particularly those related to commercial products and services. Key sections delineate definitions, such as those for small business concerns, service-disabled veteran-owned businesses, and economically disadvantaged women's business concerns, as well as compliance terms regarding labor practices and foreign operations. Offerors are instructed to fill out specific certifications related to their business structure, ownership, tax compliance, and participation in specific programs, including the Buy American Act. The document outlines a series of representations offerors must provide to ensure they comply with federal regulations, including certifications regarding child labor, tax liabilities, and operational restrictions—particularly in regard to certain countries or technologies. The requirements aim to ensure transparency, accountability, and compliance with federal standards in procurement processes, enhancing fairness and equity for small and disadvantaged businesses in government contracting. Overall, the RFQ serves to prequalify and affirm that offerors meet necessary legal obligations and ethical standards before contract awards.
    The National Park Service (NPS) seeks proposals for the removal of a propane furnace and installation of an electric heating system at the Park Rangers Headquarters in Point Reyes National Seashore, California. The project requires the contractor to provide supervision, labor, equipment, and materials to ensure the work aligns with project specifications. This acquisition is categorized as a Total Small Business Set-Aside, permitting bids only from small businesses, as defined under the North American Industry Classification System (NAICS) Code 238220 with a size standard of 500 employees. The anticipated award will be a firm-fixed-price purchase order based on a simplified evaluation process. Quotations must be submitted electronically before the specified due date and adhere strictly to the RFQ terms. The solicitation also refers to various relevant provisions and clauses detailing contract terms, payment processes, and compliance requirements, underscoring the government's commitment to supporting small businesses and ensuring safety and quality throughout project execution. Interested parties are encouraged to address inquiries directly via email and follow specified guidelines for submission.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Z--REPAIR HEATING SYSTEM - MA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to perform HVAC repair and installation work at the North Attleboro National Fish Hatchery in Massachusetts. The project involves repairing the heating system in the Hatchery Building, which includes replacing parts of the existing Weil-Mclain boiler, and installing mini split ductless systems in the Old Office/Garage, where the current oil-fired furnaces are no longer serviceable. This initiative is crucial for maintaining the facility's infrastructure and ensuring compliance with safety and building codes, with a completion timeline of 180 days from the notice to proceed. Interested contractors must submit their proposals by March 18, 2025, and can contact Christine Beauregard at ChristineBeauregard@fws.gov or 413-253-8232 for further information.
    Duct heater
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a duct furnace, Model SCE-125, as part of a total small business set-aside solicitation. This acquisition aims to replace a non-functional heating unit at USCG Base Seattle, where the specific model is required to avoid extensive modifications to existing infrastructure. The contract will be awarded based on the lowest price technically acceptable criteria, with a firm fixed price purchase order anticipated. Interested vendors must submit their quotes by March 20, 2025, at 3:00 PM PST, and all inquiries should be directed to Michelle Myhra via email at michelle.m.myhra2@uscg.mil.
    Umpqua National Forest HVAC Replacements
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for HVAC replacements at the Umpqua National Forest in Oregon. The project involves replacing two non-functioning HVAC systems at designated locations within the Diamond Lake Ranger District, emphasizing the supply, installation, and disposal of HVAC units to maintain forest facilities. This initiative is part of the government's commitment to infrastructure maintenance and environmental stewardship on public lands. Interested small businesses can contact Susie Felton at susie.felton@usda.gov or call 971.710.8493 for further details regarding the presolicitation notice, which is set aside for total small business participation under NAICS Code 238220.
    MAINTAIN WASH RACK EQUIPMENT AT FORT CRONKHITE
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of wash rack equipment at Fort Cronkhite, located within the Golden Gate National Recreation Area in Marin County, California. The project involves the removal, replacement, and reinstallation of industrial water treatment equipment, including biosorb and filtration systems, as well as the replacement of damaged flooring with marine-grade materials and the application of protective coatings. This maintenance work is crucial for ensuring the operational integrity and safety of the facility, adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by 1:00 PM PDT on March 26, 2025, following a mandatory site visit on March 12, 2025. The estimated contract value ranges from $25,000 to $100,000, and inquiries can be directed to Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435.
    BRAND NAME OEM ROSS HEATER & MANUFACTURING CO. INC. WATER-TO-WATER HEAT EXCHANGER BUNDLE REPLACEMENT SERVICES
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from qualified small businesses for the procurement of Brand Name OEM Ross Heater & Manufacturing Co. Inc. Water-To-Water Heat Exchanger Bundle Replacement Services. This firm fixed-price supply contract requires the contractor to inspect and replace the existing heat exchanger with a government-provided spare at the US Naval Radio Station (T) in Jim Creek, Washington, with completion expected within 14 working days after award. Interested offerors must submit their proposals by March 18, 2025, and direct any inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil. The solicitation emphasizes adherence to federal procurement regulations and the importance of small business participation.
    56--Heater Replacement, Building 80
    Buyer not available
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM MID-ATLANTIC is seeking a total small business set-aside for the replacement of the heating system in Building 80. The project involves replacing outdated piping and unit heaters, as well as providing new or replacing existing fin tube radiation in various office spaces. The work will also include wiring and circuit breaker installation. The project is listed as a design build and the solicitation will include drawings, bid break down form, and Div 1 specifications. The place of performance is at Portsmouth Naval Shipyard in Kittery, ME.
    Gauley Ranger Station HVAC Replacement
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the HVAC system at the Gauley Ranger Station located in Richwood, West Virginia. The project involves the installation of a new 10kw air handler and a 2-ton heat pump, along with necessary electrical work and the removal of the existing furnace, due to the failure of the current system. This initiative is crucial for maintaining efficient heating and cooling systems in federally managed facilities, ensuring compliance with safety and operational standards. Interested contractors must submit their proposals by March 21, 2025, and are required to adhere to federal wage determinations, with a project budget estimated under $25,000. For further inquiries, potential bidders can contact Brad Higley at bradley.higley@usda.gov.
    P--Crystal Creek Camp Demolition, NPS-WHIS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting quotations for the demolition of Crystal Creek Camp located in Whiskeytown National Recreation Area, California. The project entails the systematic dismantling of various structures, including those containing hazardous materials such as asbestos, along with site grading and restoration efforts, all while adhering to environmental and safety regulations. This initiative is part of the federal commitment to enhance national recreation areas by removing outdated facilities and restoring natural conditions, thereby improving ecological integrity and visitor experience. Interested small business contractors must submit their quotations by April 4, 2025, with the project scheduled for execution between September 1 and December 31, 2025. For further inquiries, contractors can contact Rocio Gomez Macias at rociogomezmacias@nps.gov or by phone at 415-464-5204.
    68--Black HIlls NPS BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the supply and delivery of propane to various national parks in South Dakota, including Wind Cave National Park, Jewel Cave National Monument, Badlands National Park, and Mount Rushmore National Memorial. The contract, valued at an estimated $300,000 over five years, will require contractors to provide propane deliveries with specific tank locations and capacities, adhering to a structured pricing schedule based on a published newsletter's rates. This procurement is crucial for maintaining operational efficiency across the national parks, ensuring they have the necessary fuel for various activities. Interested contractors must submit their quotations, including an experience questionnaire and price schedule, by the extended deadline of March 14, 2025, at 1:00 PM Mountain Daylight Time, and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.