Z--Equipment Replacement - Boiler Unit
ID: 140P5125Q0002Type: Presolicitation
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)
Timeline
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 18, 2024, 12:00 AM UTC
  3. 3
    Due Jan 6, 2025, 6:00 PM UTC
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
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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.
Jan 21, 2025, 6:04 PM UTC
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
Solicitation
Presolicitation
Similar Opportunities
KEMO 258734 - Redesign Kennesaw MT Road to Improve
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the KEMO 258734 project, which focuses on redesigning Kennesaw Mountain Drive to enhance pedestrian safety at Kennesaw Mountain National Battlefield in Georgia. The project encompasses various improvements, including the construction of pedestrian walkways, shuttle drop-off areas, and accessibility enhancements, all aimed at improving visitor experience while preserving the site's natural and historic integrity. The anticipated budget for this construction contract ranges from $500,000 to $1,000,000, with a performance period of 160 calendar days following the award. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, and must submit their proposals by the specified deadlines outlined in the solicitation documents.
N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a firm fixed-price contract to provide boiler maintenance services at the Golden Gate National Recreation Area in California. The project involves servicing eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. Contractors must demonstrate relevant experience, possess a valid California C-4 license, and submit proposals by April 30, 2025, with evaluations based on price, experience, and past performance. Interested parties can contact Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435 for further details.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
Fan Coil Unit Replacement
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking bids for the Fan Coil Unit Replacement project at the First Ladies National Historic Site in Canton, Ohio. The project involves replacing multiple fan coil units in a six-story building, requiring contractors to provide all necessary labor, materials, and equipment, with work anticipated to commence in June 2025. This initiative is crucial for maintaining the building's mechanical systems while adhering to historical preservation standards. The estimated contract value ranges between $500,000 and $750,000, and interested small businesses must submit their sealed bids by May 21, 2025. For further inquiries, contact Craig D. Bryant at craigbryant@nps.gov or call 330-468-2500 x6.
Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the heating hot water boiler in Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project, identified as Project 667-25-200, requires the contractor to provide all necessary labor, materials, and expertise to remove the existing boiler and install a new system that meets specified heating capacity and compatibility requirements. This initiative is crucial for maintaining operational efficiency and safety standards within the medical facility, ensuring that heating systems function effectively for patient care. Interested contractors must submit their proposals electronically by May 23, 2025, with an estimated construction cost between $250,000 and $500,000. For further inquiries, potential bidders can contact Contracting Officer JB Herbst at jennings.herbst@va.gov or by phone at 318-466-2241.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Y--FODO 253278 - Rehabilitate the Visitor Center
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. This project, valued between $1-5 million, involves completing existing work, performing critical repairs, and constructing a new two-story addition to enhance accessibility and educational opportunities. The Visitor Center, a historic resource, will be closed during renovations, although the park will remain open to visitors. Interested businesses, both large and small, are encouraged to submit their qualifications, bonding capacity, and relevant experience by May 13, 2025, to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626, as part of the preliminary market research ahead of a full competitive acquisition process expected to commence in spring FY 2025.
Fire Suppression System Repairs, Congaree
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for fire suppression system repairs at Congaree National Park in South Carolina. The project involves repairing and replacing the fire pump and diesel engine to comply with national and local codes, and it is set aside for Indian Small Business Economic Enterprises (ISBEE). This procurement is crucial for maintaining safety standards within the park, ensuring effective fire protection measures are in place. Interested contractors should note that the estimated project value ranges from $100,000 to $250,000, with a performance period from June 2, 2025, to December 1, 2025. For inquiries, potential bidders can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743.