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
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    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.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.