JEFF - AHU Balancing Services
ID: 140P6024Q0072Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting quotes for the "JEFF - AHU Balancing Services" project, aimed at performing maintenance services for heating and plumbing equipment at the Jefferson National Expansion Memorial in St. Louis, Missouri. Contractors will be required to provide firm-fixed price quotations for balancing services related to air handling units, with a performance period scheduled from September 23 to October 23, 2024. This procurement is critical for ensuring the operational efficiency of HVAC systems within the park's maintenance complex, which is vital for maintaining a comfortable environment for visitors and staff. Interested contractors must submit their quotes by September 18, 2024, and can direct inquiries to Adam Kircher at adam_kircher@nps.gov or by phone at 402-661-1606.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the HVAC design and specifications for the Jefferson National Expansion Memorial's national park maintenance complex. It includes detailed drawings, schedules, and notes addressing the installation and coordination of ductwork, piping, and equipment vital for heating, ventilation, and air conditioning systems. Key components include air handling units, return and supply ducts, and various HVAC accessories. Notable instructions emphasize the need for field verification of measurements and the importance of coordinating new installations with existing structures. Specific requirements for insulation, duct sealing, and dampers are clearly stated to ensure regulatory compliance. Additionally, the document serves as a technical reference for contractors to follow, aligning with government standards and facilitating effective project execution. Its intent is to provide a comprehensive guide for the installation process and assess the overall functionality of the HVAC systems while considering environmental conditions and maintenance accessibility.
    The document outlines wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor for specific counties in Illinois and Missouri. It specifies minimum wage rates effective in 2024, which vary depending on the contract date and whether it falls under Executive Order 14026 or 13658. For contracts awarded after January 30, 2022, the minimum wage is set at $17.20 per hour; otherwise, it is $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, the document details various occupations and corresponding wage rates, fringe benefits, and requirements for paid sick leave under Executive Order 13706. Employers must provide health and welfare benefits and adhere to vacation and holiday requirements. It emphasizes the necessity for contractors to comply with these wage determinations, including the process for requesting classification for unlisted occupations. The document serves as a critical resource for federal contractors and those engaged in government contracts, ensuring fair labor standards and compliance with federal wage laws.
    The document addresses contractor inquiries related to a project involving mechanical systems for a federal contract. It confirms that existing As Built Drawings for the mechanical room, boiler pumps, and ductwork will be available on SAM.gov, allowing contractors to assess the items that need checking. The location of the Air Handling Unit (AHU) is clarified as being situated in the grounds maintenance complex within a large mechanical room on the lower level. Furthermore, the document indicates that TABB certification is approved, suggesting compliance with industry standards for testing, adjusting, and balancing. Overall, the responses are aimed at facilitating clarity and ensuring that contractors have the necessary information to fulfill the RFP requirements effectively.
    The document is an amendment to a solicitation identified as 140P6024Q0072, pertaining to JEFF - AHU Balancing Services. It outlines requirements for contractors to acknowledge receipt of the amendment, which modifies the existing contract by incorporating the contractor's inquiries and the National Park Service's responses, alongside the mechanical as-built drawings of the Grounds Building. The amendment specifies a period of performance from September 23, 2024, to October 23, 2024. It emphasizes the necessity of timely acknowledgment to prevent rejection of offers and details how modifications to previously submitted offers can be made. Importantly, the document maintains that all other terms of the original solicitation remain unchanged and in effect. This amendment aligns with standard federal contracting procedures and aims to ensure clarity and compliance among contractors engaged in federal projects.
    The document presents a Request for Quote (RFQ), designated 140P6024Q0072, issued by the National Park Service for "JEFF - AHU Balancing Services." The RFQ aims to solicit quotations for a firm-fixed price contract to perform specific heating and plumbing equipment maintenance services under NAICS code 238220, with a size standard of $19 million. Interested contractors must submit their quotes by September 18, 2024, with service provision scheduled from September 23 to October 23, 2024. The RFQ underlines that provided quotations are not legally binding offers and that costs incurred in preparing the submission are not recoverable if the contract is not awarded. It incorporates various clauses regarding federal regulations, small business set-asides, and compliance with the Federal Acquisition Supply Chain Security Act. The document emphasizes the importance of providing detailed quotations and encourages cooperation in the submission process. Overall, it serves as a formal framework for governmental procurement to enhance operational capabilities while ensuring legal compliance and contractor accountability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    WEAR/UPGRADE HVAC /NAHC
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, intends to award a sole source contract to Johnson Controls (JCI) for hardware and software upgrades to the existing HVAC system at the Western Arctic Parklands. The objective of this procurement is to enhance the performance and reliability of the current system, which includes the installation of a new server and necessary software updates. These upgrades are critical for maintaining the functionality of the HVAC system, as JCI is the sole provider with ownership and exclusive service rights over the existing infrastructure. The contract is valued at $56,103, with an anticipated award date of September 23, 2024. For further inquiries, interested parties may contact Francisco Velasco at (907) 644-3313 or via email at franciscovelasco@nps.gov.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    H141--Responding to Vendor Questions 09/12/2024 - Heating and Cooling | HVAC Air Balancing | Air Balancing Main Hospital (VA-24-00093596)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide HVAC air balancing services at the Philadelphia VA Medical Center under a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for conducting testing, adjusting, and balancing (TAB) services on a recurring basis, ensuring compliance with federal and state guidelines to maintain optimal air quality and safety in medical facilities. This procurement is critical for enhancing patient safety and operational efficacy, with a minimum guaranteed order value of $2,500 and a contract duration estimated at five years. Interested vendors must submit their quotes acknowledging all amendments by the specified deadlines, and inquiries should be directed to Contract Specialist Eric Christy at Eric.Christy@va.gov.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.