Y--WICA VISITOR CENTER HVAC REMODEL
ID: 140P6325B0007Type: Solicitation
AwardedAug 28, 2025
$630K$630,000
AwardeeFIRST AMERICAN FEDERAL CONTRACTING LLC 183 PINE CONE DR DOVER DE 19901 USA
Award #:140P6325C0007
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

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

PSC

CONSTRUCTION OF HEATING AND COOLING PLANTS (Y1NB)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the HVAC remodel of the Visitor Center at Wind Cave National Park in Hot Springs, South Dakota. The project involves the removal of an existing Variable Refrigerant Flow (VRF) system and its components, followed by the installation of a new, more efficient VRF system, with an estimated contract value between $250,000 and $500,000. This initiative is crucial for enhancing energy efficiency and visitor comfort while ensuring compliance with federal regulations and historical preservation standards. Interested contractors must submit their bids by July 29, 2025, and are encouraged to attend a site visit on June 10, 2025; for further inquiries, they can contact Joseph Kirk at joseph_kirk@nps.gov or by phone at 605-574-0510.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is conducting a market survey to evaluate vendor interest and capabilities for an HVAC remodel project at Wind Cave National Park in Hot Springs, South Dakota. The project includes replacing the existing Variable Refrigerant Flow (VRF) system with a modern equivalent, involving the removal of current terminals and piping and installation of new components. The estimated cost for this project ranges from $250,000 to $500,000, with completion required within 180 days after the contract start date. Interested firms are invited to provide their business information, including size status based on various small business certifications, bonding capabilities, and details on work that will be performed by their employees. Responses should be submitted by May 2, 2025, via email, referencing the project number 140P6325B0007. This notice is not a commitment for future solicitation, as any procurement actions will be announced separately on the SAM.gov website. The associated NAICS code for this project is 238220, focusing on HVAC contractors, with a small business size standard set at $19 million.
    The National Park Service is seeking bids for the removal and replacement of the HVAC system at the Wind Cave National Park Visitor Center. The project involves replacing the existing VRF system with a modern equivalent, including the removal of current terminals, branch selectors, and piping. The estimated project cost falls between $250,000 and $500,000, with a completion period of 180 days from the notice date. This contract will be awarded as a firm-fixed price in Summer 2025, adhering to Construction Wage Rate Requirements for Fall River County, SD. The opportunity is exclusively available for small businesses classified under the HVAC sector (NAICS code 238220) and is set aside 100% for Indian Small Business Economic Enterprise (ISBEE). A site visit will be arranged, and interested contractors must possess a Unique Entity Identifier (UEI), maintain active registration in the System for Award Management (SAM), and complete required representations at the time of solicitation closure. A formal solicitation will be issued around May 30, 2025, with responses anticipated to be due by June 30, 2025. Contact for inquiries is Joseph Kirk, Contracting Specialist.
    The Wind Cave National Park project focuses on replacing the HVAC system in its Visitor Center, originally built in 1936 and updated with subpar modifications. The project entails removing the outdated variable refrigerant system (VRF) and installing a new, more efficient VRF system over a period of 180 calendar days from the Notice to Proceed. All work is to comply with federal regulations, including preservation of historical artifacts discovered during construction, and must protect existing utilities and maintain public accessibility. The contractor is required to submit various preconstruction documents, including a detailed construction schedule, safety plans, and a waste management strategy. Environmental protection, safety, and adherence to park regulations are paramount throughout the project. Adequate noise control measures and accident prevention plans are also critical, with a strong emphasis on maintaining the safety and comfort of the public and park personnel during construction operations. This undertaking further demonstrates the National Park Service’s commitment to maintaining operational efficiency and historical integrity while upgrading facilities.
    The document pertains to a mechanical renovation project at Wind Cave National Park, primarily focused on upgrading HVAC systems. It outlines the project's scope, which includes the demolition and replacement of existing mechanical equipment across various building levels, ensuring compliance with construction and safety standards. Key actions listed involve the removal of outdated components, installation of new systems, and the maintenance of existing utilities where applicable. Specific instructions detail the responsibilities of contractors, such as verifying site conditions, making adjustments to fit existing infrastructure, and immediately reporting any hazardous materials encountered, like asbestos. The document emphasizes coordination between mechanical, electrical, and plumbing trades and stresses adherence to best practices for equipment maintenance access. Overall, this initiative, funded under a government RFP framework, showcases efforts to improve energy efficiency, operational safety, and comfort within the park’s facilities. The specifications aim to ensure that all work aligns with federal standards and environmental considerations for governmental projects, reflecting a commitment to enhancing visitor experience while maintaining the park's integrity.
    The document outlines a government contract report detailing payments to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS) under a specified contract. Key data elements include the contract number (PIID), set-aside type, total contract value, performance period, and task orders. It tracks total amounts paid to individual subcontractors across different categories for various task orders, emphasizing compliance with the limitations on subcontracting policy. The report includes formulas to calculate the limitation on subcontracting percentage based on total payments made to the prime contractor, SSS, and NSS. Despite placeholders indicating where specific financial values and names should be inserted, the report serves as a template for analyzing subcontractor payments and ensuring adherence to government regulations regarding subcontracting practices. This structured summary is pivotal for maintaining transparency in federal contracts and monitoring compliance with established limit regulations on subcontracting arrangements. It ensures that government funds are appropriately allocated and that subcontracting practices do not overshadow the roles of prime contractors.
    The document outlines wage determinations for building construction projects in South Dakota, specifically covering nine counties: Bennett, Brule, Fall River, Gregory, Jackson, Jones, Lyman, Mellette, and Tripp. It specifies that contracts under the Davis-Bacon Act must meet minimum wage rates as mandated by Executive Orders 14026 and 13658, with rates applicable based on contract dates. For contracts post-January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive at least $13.30 per hour if not extended. The document includes specific wage rates for various classifications of workers such as electricians, ironworkers, and laborers, along with any fringe benefits. It also details the appeals process for wage determinations, providing contact information for further inquiries. This wage determination serves as essential guidance for federal contractors and workers, ensuring compliance with labor standards and fair compensation within the construction sector in South Dakota.
    The document is an addendum issued for the bidding process concerning the HVAC improvements for the Wind Cave National Park, managed by The Schemmer Associates. It informs prospective bidders about revisions and updates to the initial bid documents, making them essential for understanding project requirements. The addendum includes detailed specifications for mechanical and electrical work, addressing changes in unit installations, removals, and the integration of HVAC systems with existing structures. Key components of the addendum cover the installation and demolition of various HVAC units, including a Variable Refrigerant Flow (VRF) system and associated components. It specifies required documentation for manufacturer approvals, product data, and shop drawings that must align with the stipulated design and project specifications. Additionally, it outlines mechanical and electrical drawings, ensuring bidders are aware of precise locations and technical requirements for installations, such as the revisions to piping arrangements and equipment schedules. Overall, the addendum is a critical document for contractors seeking to ensure compliance with project standards and improving functional outcomes at the national park, reflecting the government's commitment to maintaining and upgrading facilities within protected sites.
    This document serves as an amendment to a solicitation identified by the number 140P6325B0007, issued by the Department of the Interior's National Park Service (NPS). The primary focus of this amendment is to extend the bid closing date from June 30, 2025, to July 22, 2025, at 1:00 PM mountain time, with no additional changes to the original solicitation. It outlines the process for contractors to acknowledge receipt of this amendment, which is crucial for ensuring their offers are not rejected. All participants are reminded that failure to submit the acknowledgment by the specified deadline may result in rejection of their offers. The document includes contact information for the contract specialist, Joseph Kirk, for any inquiries regarding this amendment. Overall, this amendment reflects standard procedural updates typical in government contracts and solicitations, ensuring all parties are informed of critical timelines associated with their bids.
    The document outlines an amendment to the solicitation for the Wind Cave National Park HVAC Remodel Project, primarily aimed at modifying the original terms of the bid. Key changes include an extension of the bid closing date to July 29, 2025, at 1:00 PM Mountain Time, and the attachment of updated project drawings. The amendment stipulates that contractors must acknowledge receipt of the amendment to ensure their submissions are not rejected. Communication regarding the amendment must mention both the solicitation and amendment numbers. The contact person for questions is contract specialist Joseph Kirk, as noted in the document. The amendment emphasizes the importance of adhering to the modified terms and conditions while retaining the original stipulations of the solicitation. This update is part of the federal government's protocol for managing contracts and requests for proposals, ensuring clarity and compliance throughout the procurement process.
    The document outlines a solicitation for bids to replace the HVAC system at Wind Cave National Park. It specifies the requirement for a firm fixed-price construction contract for the removal of an existing Variable Refrigerant Flow (VRF) system and its components, including piping and terminal units. The project's estimated cost ranges between $250,000 and $500,000, and a bid guarantee of 20% is mandated, requiring submission via email with the bid. A site visit is encouraged on June 10, 2025, to discuss project details. The contractor is expected to complete the work within 180 calendar days after receiving the Notice to Proceed. Additional requirements include compliance with prevailing wage rates, registration in the System for Award Management (SAM), and adherence to various federal regulations and contract clauses. The document is structured into sections detailing the solicitation form, specifications, bid requirements, and contractual clauses, aimed at ensuring compliance and clarity for potential contractors. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to small business inclusion in public contracts.
    Similar Opportunities
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive upgrades to the facility's HVAC systems and roof, including the replacement of air handling units, boilers, chillers, and the membrane roof system to ensure compliance with ASHRAE 170 standards. The project is critical for enhancing the health center's operational efficiency and safety, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 23, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further details.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.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.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.