45--AV FIRE CENTER HVAC REPLACEMENT
ID: 140L1225Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

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

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)

Set Aside

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

    The Bureau of Land Management (BLM) is soliciting quotations for the replacement of the HVAC system at the Apple Valley Fire Center in California under Request for Quotation (RFQ) No. 140L1225Q0009. The project requires the complete removal and installation of an HVAC system, including an AC condenser unit, furnace, and air ducting, with an emphasis on maintaining optimal environmental conditions within the facility. This procurement is set aside exclusively for small businesses, with a total budget of less than $25,000, and proposals are due by May 12, 2025, at 5:00 PM Pacific Time, with the project period scheduled from May 19 to June 18, 2025. Interested contractors should contact John Cabral at jcabral@blm.gov or call 707-438-5293 for further details.

    Point(s) of Contact
    Cabral, John
    (707) 438-5293
    (916) 978-4444
    jcabral@blm.gov
    Files
    Title
    Posted
    The Apple Valley Fire Center Heli-Base HVAC Replacement project outlines the need for a complete removal and installation of an HVAC system, including an AC condenser unit, furnace, and air ducting. The contract mandates that the successful contractor will provide all necessary labor, materials, and equipment to bring the system to optimal working condition by June 19, 2025. Specific tasks detailed in the Scope of Work involve inspecting, removing, preparing, installing, and commissioning the HVAC system, with an emphasis on efficiency in extreme weather conditions and maintaining a clean work environment. The contractor must also ensure the site is restored to its original state post-installation and provide schematics, manuals, and warranty documentation to the Contracting Officer Representative. The project is aimed at enhancing climate control within the facility for optimal occupancy conditions. Furthermore, security, safety, and administrative protocols are defined, necessitating compliance with federal, state, and local regulations. Regular work hours and emergency response requirements are also highlighted to ensure timely project completion and safety standards adherence. This initiative reflects the government's commitment to maintaining operational efficiency in public service facilities.
    The document is a disjointed collection of characters and partial phrases that appears to be corrupted or improperly formatted data, likely generated from a malfunctioning or incompatible text source. It makes it difficult to ascertain a coherent main topic or structured information typical of government RFPs (Requests for Proposals), federal grants, or state/local RFPs. No significant or clear ideas can be extracted from the content due to its garbled nature. Key concepts or proposed actions do not manifest as coherent phrases or sentences, with many sections appearing nonsensical or incomplete. This corruption ultimately obfuscates any potential context or purpose related to government funding opportunities or RFPs that the document may have initially intended to communicate. In a conventional scenario, government RFPs and grant documents would typically outline funding opportunities, eligibility, selected projects, timelines, and submission criteria for interested parties. However, that clarity is absent here, making it impossible to provide actionable insights, key points, or relevant summaries typically found in such documents. The current state emphasizes the need for data integrity and proper formatting for effective communication in government-related contexts.
    The document outlines a price schedule for the installation of a complete HVAC system under the AVFC HVAC project. It specifies the work's requirements, indicating that the contract entails a singular lump sum payment for the installation services. The primary goal is to provide a comprehensive HVAC solution, which is essential for maintaining optimal environmental conditions within the designated facility. The schedule is structured to present the quantity and unit costs clearly, highlighting the total expense associated with the project. This document is likely part of procurement processes associated with government requests for proposals (RFPs) or grants, ensuring transparency in budgeting and cost allocation for HVAC system installations in public buildings.
    The document is an amendment pertaining to the HVAC replacement at the Apple Valley Fire Station Heli-Base. It addresses several inquiries regarding the existing infrastructure and the requirements for the project. Key responses indicate that existing ducting is in good condition and can be reused, while non-salvageable components, including zone controls and dampers, must be replaced to ensure a climate-controlled environment for safety. Importantly, the attic access will remain unchanged during the installation process. This amendment clarifies the scope of work (S.O.W) and outlines the expectations for contractors involved in this federal and local government project, focusing on maintaining operational efficiency and occupant safety at the facility.
    The document is an official amendment to the solicitation for the Apple Valley Fire Center HVAC Replacement project, identified by the solicitation number 140L1225Q0009. This amendment serves to update potential contractors on several important details: firstly, it provides responses to contractor inquiries made during a site visit; secondly, it includes an attached sign-in sheet from that visit; and thirdly, it changes the bid submission deadline from May 9, 2025, to May 12, 2025, at 5:00 PM Pacific Time. Contractors must acknowledge this amendment in their offers, which will be considered only if received by the designated time. The project’s period of performance is slated from May 19, 2025, to June 18, 2025. The amendment highlights the requirements and procedures necessary for compliance with the solicitation process, ensuring all interested parties are informed and able to submit their proposals accordingly.
    The Bureau of Land Management (BLM) is soliciting quotations for the replacement of the HVAC system at the Apple Valley Fire Center, California, under Request for Quotation (RFQ) No. 140L1225Q0009. This project involves construction services with a total budget of less than $25,000 and is exclusively set aside for small businesses. Proposals are due by May 9, 2025, and the project period is scheduled from May 19 to June 18, 2025, with a site visit on April 22, 2025. Respondents are required to submit competitive quotes compliant with specific technical requirements outlined in the solicitation, which follows streamlined acquisition procedures. The contract will utilize a firm-fixed-price structure, awarding it to the bidder offering the lowest price that meets technical criteria. Additional stipulations include registering with the System for Award Management (SAM) and adhering to various clauses, such as the Buy American Act and minimum wage regulations. The BLM emphasizes the importance of compliance and documentation in the bidding process, including completed representations and certifications. This RFQ outlines essential contractual obligations to ensure reliable contractor performance and protect government interests.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, 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 procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    Ft Yuma Compressor
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified small businesses to provide and install two 10-ton R-410 scroll compressors at the Fort Yuma clinic in Winterhaven, California. The contractor will be responsible for all aspects of the project, including refrigerant recovery, compressor removal, installation, and operational checks, while ensuring that the clinic remains operational throughout the 30-day performance period. This procurement is critical for maintaining the clinic's HVAC systems, which are essential for patient comfort and care. Interested parties must submit their quotes by December 23, 2025, at 1:00 p.m. PST, and should direct any questions to Dale C. Clark at dale.clark@ihs.gov.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.