NAVA REPLACE FURNACES HOUSES 5, 6, 8
ID: 140P1525Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER RESIDENTIAL BUILDINGS (Z2FZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of furnaces in residential houses at the Navajo National Monument in Arizona. The procurement aims to ensure the maintenance and improvement of facilities within national parks, emphasizing the need for skilled labor, materials, and equipment in compliance with federal contracting regulations. This project is a total small business set-aside, with proposals due by May 1, 2025, at 1700 EDT, and interested parties must register in the System for Award Management (SAM) and hold a Unique Entity Identifier (UEI). For further inquiries, contractors can contact Jessica Owens at jessica_owens@nps.gov or by phone at 720-450-2184.

Point(s) of Contact
Files
Title
Posted
Apr 24, 2025, 8:08 PM UTC
The document is an amendment to solicitation 140P1525Q0063, issued by the National Park Service. It outlines key changes to the existing solicitation, primarily the addition of a site visit scheduled for April 7, 2025, at 10:00 AM MST, where attendees will meet with the Contracting Officer's Representative, Ryan Young. Attendees are encouraged to reach out to Young with any questions about the site visit. Furthermore, all inquiries regarding the solicitation must be submitted by April 8, 2025, to the contracting officer, Jessica Owens, via email. The due date for proposals remains unchanged, set for April 16, 2025, at 5:00 PM EDT. The amendment stipulates that acknowledgments of this change must be received by the designated office prior to the specified deadline to avoid rejection of offers. Overall, all other terms and conditions of the solicitation remain intact and unchanged. This amendment reflects routine updates and ensures transparency and clarity for potential bidders regarding important logistical aspects of the solicitation process.
Apr 24, 2025, 8:08 PM UTC
This document is an amendment (002) concerning solicitation number 140P1525Q0063, primarily focused on extending the deadline for proposal submissions. The response date has been revised to April 28, 2025, at 1700 EDT to ensure bidders have sufficient time to consider questions and answers related to the solicitation; however, no further questions will be accepted at this moment. The amendment stipulates that contractors must acknowledge receipt of the amendment either through a marked copy of their offer, a separate letter, or electronic communication referencing the relevant solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to the rejection of an offer. Furthermore, it clarifies that all other terms and conditions of the original solicitation remain unchanged. This document aligns with standard procedures in government Request for Proposals (RFPs), ensuring transparency and structured communication for potential contractors seeking federal grants or state and local contracts.
Apr 24, 2025, 8:08 PM UTC
The document is an amendment (No. 003) to solicitation No. 140P1525Q0063, issued by the National Park Service for a project based in Flagstaff, Arizona. It serves to officially extend the proposal submission deadline to May 1, 2025, at 1700 EDT, allowing bidders additional time to incorporate responses to new questions into their proposals. The amendment includes a section for questions and answers but notes that no further inquiries will be accepted at this time. All other terms and conditions of the original solicitation remain unchanged, and it is emphasized that offers must acknowledge receipt of this amendment to avoid rejection. The amendment also delineates the required procedures for contractors to acknowledge receipt, whether through copies of the amendment or electronic communication. The form indicates that the contracting officer is Jessica Owens, reaffirming official communication for the solicitation process. This amendment is part of the government's effort to provide clarity and facilitate participation in the bidding process.
Apr 24, 2025, 8:08 PM UTC
The document is a solicitation for bids from the National Park Service (NPS) for the replacement of furnaces in residential houses at the Navajo National Monument in Arizona. The solicitation numéro is 140P1525Q0063, issued on March 19, 2025, with offers due by April 16, 2025. It outlines the requirements for contractors to provide labor, materials, and equipment, emphasizing that responses must be submitted in a specific format, including a price schedule and a capabilities statement. The contract is a 100% small business set-aside, and submissions must comply with various provisions from the Federal Acquisition Regulation. Offerors must also be registered in the System for Award Management (SAM) and hold a Unique Entity Identifier (UEI). The evaluation criteria for offers focus on price, technical capability, and prior experience in similar projects, ensuring that the government selects the offer that provides the best value. This solicitation reflects the NPS's commitment to necessary maintenance and improvements of facilities within national parks, while adhering to federal regulations for contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z--NAVA-REPLACE CONCRETE HOUSES 6,5,4
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the replacement of concrete at residential houses 6, 5, and 4 located at the Navajo National Monument in Arizona. The project requires contractors to provide labor, materials, supervision, and equipment, with a performance period scheduled from April 30, 2025, to September 30, 2025. This initiative is part of the government's efforts to maintain and improve residential structures within national parks, emphasizing the importance of quality construction services. Proposals are due by May 1, 2025, at 1700 EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Z--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 number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
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.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.
FORT BOWIE NATIONAL HISTORICAL SITE (FOBO) REQUIRE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for a construction project at the Fort Bowie National Historical Site in Bowie, Arizona. The project involves the repair of exterior finishes on administrative buildings, including work on siding, doors, and windows, as outlined in the attached scope of work. This initiative is crucial for maintaining the infrastructure of the historical site while ensuring compliance with federal safety and environmental regulations. Interested contractors must submit their quotes electronically by May 9, 2025, following a site visit scheduled for April 28, 2025, and are required to provide performance and payment bonds as part of their proposal. For further inquiries, contractors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
J--WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals from qualified small businesses for a construction contract to replace the boiler at the Elizabeth Cady Stanton House in Seneca Falls, NY. The project involves the environmentally-friendly removal of an existing 100,000 BTU natural gas boiler and its replacement with an energy-efficient system, ensuring compliance with historic preservation regulations while maintaining the integrity of the structure. This initiative underscores the National Park Service's commitment to preserving historical sites while upgrading essential infrastructure. Proposals are due by May 1, 2025, with work expected to commence on July 15, 2025, and be completed by September 30, 2025. Interested contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398 for further details.
Z--SALINAS PUEBLO MISSIONS (SAPU) REQUIRES THE REPLAC
Buyer not available
The Department of the Interior's National Park Service is seeking qualified contractors for a construction project involving the replacement of flooring in the Mission 66 building at Salinas Pueblo Missions National Park in New Mexico. The project requires the removal of existing flooring, including asbestos abatement, and the installation of new flooring as specified in the attached scope of work. This initiative is crucial for maintaining the integrity and safety of the park's facilities, ensuring compliance with federal safety regulations. Interested contractors must submit their quotes by May 8, 2025, with the performance period scheduled from May 12, 2025, to July 25, 2025. For inquiries, contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
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.
61--GICL PURCHASE & INSTALL GENERATOR
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the purchase and installation of a generator at Gila Cliff Dwellings in New Mexico. The procurement aims to ensure reliable power supply for the site, adhering to Federal Acquisition Regulations and emphasizing compliance with environmental efficiency standards. This project is significant for maintaining operational capabilities within the National Park, with a performance timeline set from May 12, 2025, to August 1, 2025. Interested contractors should direct inquiries to Oliver Green and ensure their proposals are submitted by the specified deadline to be considered for this opportunity.