Z--CERC A3 Boiler Upgrade
ID: 140G0126Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

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

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Z1HB)

Set Aside

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

    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.

    Point(s) of Contact
    Schneider, Kimberly
    0000
    krschneider@usgs.gov
    Files
    Title
    Posted
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) requires a contractor to upgrade the Administration Building (A3) boiler system. This project involves removing existing non-condensing boilers, a circulating pump, and a storage tank, and replacing them with efficient, modulating, condensing boilers, an appropriately sized recirculation pump, and a new storage tank, along with supporting controls. The A3 building is a 34,019-square-foot research laboratory. The contractor is responsible for all materials, labor, equipment, travel, supervision, and obtaining necessary licenses and permits, ensuring compliance with all federal, state, and municipal laws. Safety precautions, accident prevention, and fire hazard mitigation are mandatory, and the contractor must indemnify the government against any liabilities during the project.
    This government file, General Decision Number: MO20250084, outlines prevailing wage rates and labor standards for building construction projects in Boone and Howard Counties, Missouri, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, depending on the contract award or renewal date. The document provides specific wage rates and fringe benefits for various crafts, including insulators, bricklayers, carpenters, electricians, equipment operators, and laborers, along with their modification and publication dates. It also addresses Executive Order 13706, mandating paid sick leave for federal contractors. The file includes guidance on identifying union, union average, survey, and state-adopted wage rate identifiers, as well as the appeals process for wage determination disputes through the Department of Labor's Wage and Hour Division and the Administrative Review Board.
    Standard Form 25A is a payment bond used in federal government contracts, specifically for the protection of individuals providing labor and materials under 40 USC Chapter 31, Subchapter III. This form binds the Principal (contractor) and Surety(ies) to the United States for a specified penal sum, ensuring payment to all persons directly involved with the Principal or a subcontractor. The obligation becomes void if the Principal promptly pays for labor and materials. The form requires detailed information from the Principal and Surety(ies), including legal names, business addresses, and signatures, with provisions for corporate, individual, and co-surety arrangements. Instructions emphasize adhering to the form, providing evidence of authority for signatories, and ensuring corporate sureties are approved by the Department of the Treasury. The document also includes information regarding the Paperwork Reduction Act Statement, OMB Control Number, and expiration date.
    The DI-137 Form, titled "Release of Claims," is a standardized document from the United States Department of the Interior, used in federal government contracts. Its primary purpose is to secure a formal release of all claims from a contractor against the United States government upon the completion of contract work and prior to final payment. This document ensures that in consideration of the final payment, the contractor discharges the United States, its officers, agents, and employees from any further debts, dues, liabilities, obligations, accounts, claims, and demands related to the contract, with the exception of any explicitly noted claims. The form includes sections for contract details, contractor identification, payment amount, and specific execution by the contractor, with additional provisions for corporate contractors to certify the authority of the signatory. It serves to finalize contractual obligations and prevent future disputes, reinforcing accountability and transparency in government contracting processes.
    The U.S. Department of Labor's Form WH-347,
    Standard Form 1413, titled "STATEMENT AND ACKNOWLEDGMENT," is a federal document used in government contracting, specifically for subcontracts under prime federal contracts. This form, with OMB Control Number 9000-0066 and an expiration date of April 30, 2022, ensures compliance with various labor standards and regulations. Part I, "STATEMENT OF PRIME CONTRACTOR," requires details about the prime contract, subcontractor, nature of work, and acknowledgment of whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause. Part II, "ACKNOWLEDGMENT OF SUBCONTRACTOR," confirms the subcontractor's understanding that several key labor standards clauses from the prime contract are incorporated into the subcontract. These clauses cover aspects like overtime compensation, payroll records, withholding of funds, dispute resolution, wage rate requirements, apprentices, Copeland Act compliance, subcontracting labor standards, contract termination, and certification of eligibility. The form also includes a Paperwork Reduction Act Statement, estimating a completion time of 0.05 hours and providing contact information for comments.
    The document appears to be a highly truncated file with limited information, possibly an identification or catalog entry. It contains alphanumeric codes such as "DILER #2", "MOS92754", "B", "BOILEREZ", and "RIS EQUIPPED". Without further context, its specific purpose within federal government RFPs, federal grants, or state/local RFPs cannot be definitively determined. However, the mention of "BOILEREZ" and "RIS EQUIPPED" suggests a potential connection to equipment, possibly related to boilers or similar machinery that is equipped with something (
    The U.S. Geological Survey (USGS) Columbia Environmental Research Center (CERC) requires a contractor to upgrade the Administration Building (A3) boiler system. The project involves removing existing hot water boilers, a recirculating pump, and a storage tank, and replacing them with efficient, modulating, condensing boilers, an appropriately sized recirculation pump, and a storage tank with supporting controls. The A3 building is a 34,019-square-foot research laboratory. The contractor must adhere to electrical codes, ensure new boilers have a minimum 97% Annual Fuel Utilization Efficiency (AFUE) and BACnet capabilities, and integrate new controls with the existing building automation system. The work includes post-construction testing, commissioning, and a 12-month warranty on equipment and workmanship. The project schedule, utility interruptions, and adherence to all applicable laws and regulations are critical. The period of performance is 60 days from April 1, 2026, as heat cannot be disrupted before this date.
    This amendment to solicitation 140G0126Q0006 addresses various questions and provides clarifications regarding a government project, likely an RFP for facility upgrades. Key points include confirmation that only the 6HP circulating pump needs replacement, with no warranty on the roof for patchwork from stack removal, making the contractor responsible. The heat exchanger in boiler number two is no longer in use, simplifying the new system. Control Service Company is to be utilized for integrating new boiler controls. Heat cannot be taken down until after April 1, 2026, extending the project timeline. The 200-gallon tank is for heating research water, not domestic water, impacting tank requirements. There is no preferred location for exhaust vents, and no warranty on the roof for repairs.
    This document is Amendment 0001 to Solicitation 140G0126Q0006, issued by USGS OAG RESTON ACQUISITION BRANCH for the CERC A3 Boiler Upgrade project. The amendment revises the Statement of Work (Attachment 1 Rev 1), provides answers to questions (Attachment 8 Q&A), adds an additional site visit on December 18, 2025, at 9 AM local time, and extends the closing date for offers to December 23, 2025, no later than 1700 CT. Offers must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on each offer copy, or via separate communication. All other terms and conditions of the original solicitation remain unchanged. For questions, contact Kimberly Schneider at krschneider@usgs.gov.
    This document is a Request for Proposal (RFP) for the CERC A3 Boiler Upgrade project, issued by the USGS OAG Reston Acquisition Branch. It outlines the requirements for contractors to provide labor, materials, tools, equipment, and supervision for upgrading A3 boilers at the Columbia Environmental Research Center (CERC). The solicitation is a 100% Total Small Business Set-aside and subject to Davis Bacon Act. Key aspects include a mandatory site visit, a performance period of 60 calendar days after receiving notice to proceed, and a requirement for performance and payment bonds within 10 days of award. The document details instructions for offerors, evaluation factors, inspection and acceptance criteria, deliverables, invoicing procedures via the Invoice Processing Platform (IPP), and various contract clauses related to safety, labor standards, and the Buy American Act.
    Lifecycle
    Title
    Type
    CERC A3 Boiler Upgrade
    Currently viewing
    Solicitation
    Similar Opportunities
    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--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    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.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 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.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.