Equipment Replacement - Boiler Unit
ID: 140P5125Q0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER EAST MABO(51000)ATLANTA, GA, 30303, USA

NAICS

Heating Equipment (except Warm Air Furnaces) Manufacturing (333414)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the replacement of a boiler unit at the Kennesaw Mountain National Battlefield Park Visitor Center in Georgia. The project entails the removal of an obsolete 500,000 BTU boiler and the installation of a new energy-efficient unit, along with necessary plumbing and electrical upgrades to ensure compliance with safety and building codes. This initiative is crucial for maintaining adequate heating for essential areas, including curatorial collections and staff offices, thereby supporting the park's operational efficiency and visitor services. Interested contractors must submit their proposals by the specified deadlines, with the total project cost estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Edward Dingle at edward_dingle@nps.gov or by phone at 404-507-5747.

    Point(s) of Contact
    Files
    Title
    Posted
    The purpose of this Statement of Work (SOW) is to outline the project for replacing the heating boiler unit at the Kennesaw Mountain National Battlefield Park Visitor Center in Kennesaw, Georgia. The existing boiler has become inoperable and needs replacement to ensure adequate heating for critical resources, such as exhibition rooms and administrative offices. Key objectives include installing a more energy-efficient boiler alongside a programmable thermostat with humidity control, improving comfort and air quality within the facility. The contractor is responsible for the removal of the old boiler and installation of a new unit, including necessary plumbing and electrical upgrades, while adhering to applicable safety and quality standards. The project is to be completed within 45 days following the notice to proceed, with all related tasks coordinated to minimize disruption to park activities. Deliverables include equipment submittals, operation and maintenance manuals, warranty information, and training for park personnel. Safety and compliance with regulations such as OSHA and building codes are emphasized throughout the project. The manager, Ladrick Downie, is designated as the main point of contact, ensuring proper coordination and oversight of the installation process.
    The Kennesaw Mountain National Battlefield Park has initiated a project to replace the boiler unit at its Visitor Center, crucial for providing heat to essential areas such as curatorial collections, exhibits, and staff offices. The current boiler is inoperable and has reached the end of its lifecycle, causing disruptions for staff and visitors. The objective is to install a more energy-efficient boiler along with a programmable thermostat that offers temperature and humidity control. The contractor is responsible for removing the existing 500k BTU boiler, installing a new outdoor-rated unit, and ensuring compliance with various safety and building codes. Work must be completed within 45 calendar days after notice to proceed, with specific tasks outlined including necessary plumbing, electrical upgrades, and system testing. The contractor must also dispose of old equipment responsibly, restore work areas, and provide thorough training on the new systems. The project underscores the National Park Service's commitment to sustainability and operational efficiency in maintaining vital visitor services at the park.
    This document is an amendment to a Request for Quote (RFQ) regarding the replacement of a boiler for the KEMO project. The RFQ includes responses to common questions posed by potential contractors. Key details include that the existing boiler operates on electricity and natural gas, and the park requires the new boiler to have a high efficiency rating, comply with Low NOx standards, and preferably be manufactured in America. Stainless steel piping is mandated due to outdoor installation. Contractors are not required to submit specific safety or quality assurance plans, and the project is not tax-exempt. The existing electrical systems are confirmed to be adequate for the new boiler. Additionally, while there is a plan to potentially replace thermostats in the visitor center, a final decision hinges on cost-effectiveness. The amendment aims to clarify specifications to ensure contractors fully understand project requirements, thus facilitating a smoother bidding process and ensuring compliance with government standards.
    The document appears to be a corrupted or nonsensical compilation, making it impossible to ascertain coherent information or specific topics pertinent to government RFPs, grants, or state/local initiatives. It lacks clear structure and content, failing to convey meaningful ideas or supporting details related to typical government reports. In its current form, it is characterized by random symbols, fragmented phrases, and unrecognizable sequences that resemble data errors rather than a structured report. Consequently, the primary topic or purpose cannot be identified, and no key points or central ideas can be extracted due to the incomprehensibility of the text. Without a clear narrative or articulated objectives, this document does not meet the requirements or expectations associated with formal government communications regarding funding opportunities or project proposals.
    The solicitation number 140P5125Q0002 details a project for replacing the boiler unit at Kennesaw Mountain National Battlefield Park's Visitor Center. The primary task involves removing a 500,000 BTU boiler, disposing of it, and installing a new energy-efficient, low NOx outdoor-rated boiler, along with necessary plumbing and electrical upgrades. The contractor must provide a commercial standard warranty and ensure all testing and compliance checks are completed prior to project completion. Coordination of utility interruptions with park staff, restoration of affected areas, and daily cleanup are mandatory tasks outlined in the project specifications. The contractor must also provide training for park staff on the unit's operation, preventive maintenance, and troubleshooting. The project's pricing schedule reflects a total proposed price, with specified breakdowns for labor, equipment, travel, overhead, profit, and bonding, although currently stated as $0.00. This document is key in facilitating the procurement of services through government RFPs, ensuring compliance with standards and the efficient completion of maintenance tasks crucial for the park's operational integrity.
    The National Park Service is conducting a site visit for an RFP related to the removal and replacement of a 500k BTU boiler at the Kennesaw Mountain National Battlefield Park Visitor Center. The project requires the installation of an energy-efficient outdoor-rated boiler, along with concomitant plumbing and electrical upgrades. An essential aspect of the operation includes the provision of training for safe usage, ongoing maintenance, and troubleshooting by the contractor. The site visit is scheduled for January 13, 2025, at 9:00 AM EDT, with interested contractors required to RSVP and submit any questions in writing by January 17, 2025, to the designated contracting officer. Attendance is deemed critical for competitive bidding, as failure to participate may impact the quality of proposals. This visit will enable bidders to evaluate local conditions that could influence project execution. All inquiries should be directed to the contracting officer via email, as no telephonic questions will be accepted. The document underscores the importance of understanding project specifications while maintaining strict compliance with amended terms and conditions.
    The document is a Past Performance Questionnaire related to RFQ #140P5125Q0002, aimed at evaluating contractors’ qualifications for a project involving heating equipment installation, such as boilers and furnaces. It instructs offerors to list up to five similar projects completed in the past three years, detailing the project name, location, owner, contact information, project value, and a description of the work performed. Notably, offerors must address any instances of unsatisfactory past performance and explain the corrective actions taken, as transparency is critical for evaluation. The document emphasizes the importance of providing reachable contacts and the significance of a favorable assessment of past performance for contractor credibility in government contracting contexts.
    The document is a Standard Form 1413, serving as a Statement and Acknowledgment related to subcontracting under federal contracts. It contains two main sections: Part I outlines information from the prime contractor, including contract and subcontract numbers, contractor details, and whether the prime contract includes the "Contract Work Hours and Safety Standards Act – Overtime Compensation" clause. It also requires the prime contractor to describe the subcontract awarded and confirm compliance with relevant labor laws and standards. Part II focuses on the subcontractor's acknowledgment, detailing clauses incorporated into the subcontract, such as those related to labor standards and debarment. The form includes spaces for the names, addresses, and signatures of the involved parties, along with a statement regarding the Paperwork Reduction Act compliance. This form is essential in managing labor standards, ensuring both prime contractors and subcontractors adhere to legal and regulatory requirements related to federal grants and contracts. By capturing and affirming the obligations of both parties, it facilitates accountability in the fulfillment of contracted work. The form's completion supports government oversight in contract management and labor compliance.
    The document is a solicitation for the replacement of a boiler unit at the Kennesaw Mountain National Battlefield Park Visitor Center under solicitation number 140P5125Q0002. It outlines the project scope, which includes the removal and disposal of the existing 500,000 BTU boiler and installation of an equivalent outdoor-rated Energy Efficient Low NOx boiler. Additionally, necessary plumbing and electrical upgrades are required, along with compliance testing and staff training on safe operation and maintenance of the new unit. The contractor is expected to manage work schedules effectively, providing at least 24-hour notice for any service interruptions, ensuring minimal disruption. All work must adhere to professional standards, including site cleanliness and restoration to original conditions post-completion. The document includes a price schedule with contract line items designated for labor, equipment, travel, overhead, profit, and bonding, although the total proposed price remains undisclosed. This solicitation highlights the government's commitment to upgrades in energy efficiency and operational safety within its facilities.
    The document outlines the requirements set by the Federal Acquisition Regulation (FAR) 36.211(b) regarding the management of change orders in construction contracts. It specifies that federal agencies must provide a description of their policies and procedures for definitizing equitable adjustments linked to these changes, along with data on the time taken to finalize such adjustments. This is essential for ensuring transparency and accountability in federal construction projects. The information pertaining to these regulations can be accessed through the provided Department of the Interior link. Overall, this directive aims to standardize processes related to equitable adjustments in construction contracts, facilitating better oversight and adherence to federal guidelines.
    The document serves as Amendment 0001 to Solicitation #140P5125Q0002 for a boiler replacement project. It outlines essential updates, including questions and answers related to the project, a revised statement of work, and a new pricing schedule. Key details include the project's performance period from February 10, 2025, to May 9, 2025. Significant points cover the existing boiler's specifications, with the power source being electrical and fuel source natural gas. The park prefers high-efficiency boilers that meet Low NOx standards. Stainless steel is required for new piping due to outdoor installation. It clarifies that specific quality and safety plans are not mandatory, and the project is not tax-exempt. Additional answers address the circulation pump's replacement, confirm existing electrical feeds are adequate, and discuss the potential addition of a thermostat based on cost-effectiveness. This amendment ensures that contractors have the necessary information to prepare competitive offers while adhering to government procurement requirements.
    The document outlines a government solicitation for a construction project at the Kennesaw Mountain National Battlefield Park Visitor Center in Georgia. The primary objective of this project is to remove an obsolete 500k BTU boiler and install an energy-efficient replacement, alongside necessary plumbing and electrical upgrades. The contractor is required to ensure compliance with existing regulations, perform certifications, and provide training on the new boiler's operation and maintenance. The total project cost is estimated between $25,000 and $100,000, and it is classified under the NAICS code for Heating Equipment manufacturing. Performance and payment bonds are mandatory, and the contractor must start work within 10 days of award, completing the project by May 9, 2025, with provisions for inspections and compliance checks throughout. The document specifies adherence to Davis-Bacon prevailing wage rates applicable for Cobb County, Georgia. It emphasizes the contractor's responsibility for quality workmanship, safety standards compliance, and timely communication with the contracting officer and park staff. Overall, this solicitation reflects the federal government's structured approach to procurement, ensuring accountability and quality in public works while engaging local vendors, promoting energy efficiency, and preserving historical assets.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replacement Boiler
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey, is soliciting proposals for the replacement of an underperforming Fulton boiler at the Wetland and Aquatic Research Center located on the University of Lafayette Louisiana property. The contractor will be responsible for removing the existing boiler and installing a new, compatible unit, ensuring compliance with all relevant federal, state, and local safety codes, as well as managing the disposal of construction debris. This procurement underscores the government's commitment to maintaining facility efficiency and adhering to safety and regulatory standards, with a focus on high-quality workmanship and environmental considerations. Interested contractors must be registered in the System for Award Management and can contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further details.
    H945--Boiler Safety Device Testing Battle Creek
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler safety device testing and maintenance services at the Battle Creek VA Medical Center in Michigan. The procurement involves biannual inspections and testing of four Babcock & Wilcox boilers and a deaerator, ensuring compliance with National Fire Protection Association regulations and Veterans Health Administration directives. This initiative is crucial for maintaining operational safety and reliability in heating systems, emphasizing the importance of qualified personnel and adherence to safety standards. The estimated contract value is $19 million, and interested parties should contact Contract Specialist Courtney R. Seevers at Courtney.Seevers@va.gov for further details.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility. Interested small businesses must submit their bids by March 13, 2025, and are encouraged to contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil for further information.
    Temporary Boiler Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of temporary boiler systems to support operations at the United States Military Academy (USMA) in West Point, New York. The procurement involves providing two 800 horsepower steam boilers, with specific operational requirements for Buildings 756 and 845, including steam delivery pressures of up to 250psi. This initiative is crucial for maintaining operational integrity and safety at the USMA, with a total estimated contract value of $19 million, set aside for small businesses, including economically disadvantaged women-owned and service-disabled veteran-owned companies. Interested contractors must submit their proposals electronically by the specified deadline and can contact Lakenia M. Brown at lakenia.m.brown.civ@army.mil or 520-687-8138 for further information.
    Z--CRMO 323904 Rehab Ops Bldgs at Idaho Parks
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at Craters of the Moon National Monument in Idaho. This project involves renovating a historic Utility Building and constructing a new Snow Equipment Building, with a focus on upgrading electrical, plumbing, and climate control systems while adhering to historic preservation standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the project is set aside for small businesses, with a proposal submission deadline extended to March 24, 2025. Interested contractors can contact Paula Teague at paulateague@nps.gov for further information.
    Y--FODO253278 Rehab the Visitor Center Attachment
    Buyer not available
    The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    J046--Boiler Maintenance Services - Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler maintenance services at the Carl Vinson VA Medical Center in Dublin, GA. The project involves replacing malfunctioning feedwater valves, ruptured blowdown lines, and programming Boiler 3, requiring all necessary labor, tools, and equipment to be provided by the contractor. This initiative is crucial for maintaining the operational capacity of the facility and is categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a project value of approximately $30 million. Interested parties must submit their offers by March 11, 2025, and are encouraged to attend a site visit scheduled for February 24, 2025; for further inquiries, they can contact Contract Specialist Michael Barton at Michael.barton@va.gov.
    MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    Z--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 while 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, with the total funding for the project being below $25,000. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    REPAIR HEATING SYSTEM - MA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals from qualified contractors to repair and upgrade the heating systems at the North Attleboro National Fish Hatchery in Massachusetts. The project involves repairing the existing boiler and hydronic heating system in the Hatchery Building and replacing outdated warm air furnaces in the Old Office/Garage with new mini split ductless systems, ensuring compliance with safety regulations and building codes. This initiative is part of the federal effort to enhance operational efficiency and energy efficiency within critical infrastructure. Interested small businesses must submit their proposals by March 18, 2025, following a mandatory site visit on March 4, 2025, and can contact Christine Beauregard at ChristineBeauregard@fws.gov or 413-253-8232 for further information.