FY24 VAFO HVAC INSPECTIONS & MAINTENANCE
ID: 140P4224Q0122Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENORTHEAST REGIONAL CONTRACTINGPHILADELPHIA, PA, 19107, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

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 proposals for HVAC inspection and maintenance services at Valley Forge National Historical Park (VAFO) in King of Prussia, Pennsylvania. The contract encompasses a base year plus two option years, with a performance period from September 23, 2024, to September 22, 2027, requiring quarterly inspections and annual certifications of HVAC systems across multiple facilities. This procurement is vital for ensuring the operational efficiency and environmental compliance of HVAC systems within a historical site, supporting the preservation of the park's infrastructure. Interested contractors must submit their proposals electronically by September 16, 2024, and are encouraged to contact Ellie Delerme-Velez at Ellie_Delerme@nps.gov or 267-528-1425 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details responses to questions regarding the HVAC Inspection & Maintenance contract (140P4224Q0122 Amendment 0002) for multiple locations, clarifying the scope of work and maintenance requirements. It confirms that all units are electric and outlines the need for specific equipment and access requirements, including the use of ladders. Key maintenance tasks outlined include quarterly inspections and replacements of air filters, belts for air handling units, and cleaning of evaporator coils. Certain units and equipment, such as electric heaters and mini-splits, fall outside the maintenance contract's scope. It establishes that the contractor must hold an EPA Refrigerant Certification, which must be submitted between the contract award and Notice to Proceed. The document emphasizes adherence to industry standards regarding maintenance frequencies and practices, such as filter changes and coil cleanings, and encourages uniformity in bidding across these maintenance tasks. Overall, it provides essential guidance for bidders to understand the expectations and requirements connected to this government RFP, facilitating compliance and standardization in responses.
    The document outlines specifications for the telecommunications infrastructure in a government facility, focusing on the installation of various systems and equipment. Key components include a primary bonding busbar, fire-retardant plywood backboards, overhead cable trays, and quad convenience power outlets that conform to standard practices. Elevations and plans are provided for different configurations such as wall elevations and rack setups, indicating dimensions and placements necessary for installation. Notably, the design accommodates security equipment and vertical cable management solutions. The inclusion of provisions for fiber optic termination and patch panels demonstrates a comprehensive approach to modern telecommunications needs. Overall, this document serves as a guideline for contractors in the context of a federal Request for Proposals (RFP) aimed at enhancing communications infrastructure with an emphasis on safety, compliance, and efficiency.
    The document pertains to as-built drawings for the Valley Forge National Historical Park, specifically related to the Visitor Center. It is associated with Local Union No. 19 of the Sheet Metal Workers' International Association and is attributed to Phillip Smith, identified by the number #915132. The as-built drawings appear to include multiple revisions and convey essential details regarding the construction and design elements of the Visitor Center at Valley Forge. It specifies two locations: 1400 North Outer Line Drive in King of Prussia, PA, and 1835 Pear Street in Reading, PA. The purpose of these documents seems to relate to compliance with government standards for construction and design, potentially connected to federal grants or RFPs that focus on historic site preservation. These drawings facilitate proper documentation of construction which is crucial for future maintenance, renovations, or regulatory assessments required in public sector projects, ensuring adherence to safety and architectural guidelines.
    The document outlines specifications for Variable Refrigerant Flow (VRF) systems, highlighting the installation and capacity of various units designated for a library, reception, conference, and residential areas. It includes a detailed schedule that covers airflow, cooling and heating setpoints, and maximum dimensions for the units, provided by the manufacturer Daikin. Each unit is described with its cooling and heating capacities in MBH, refrigerant charge limits, and operational power requirements. Additional notes specify installation protocols, including the requirement for digital thermostats and condensate pumps, as well as the objective to coordinate the final positioning of equipment with the owner. The overall purpose of the document aligns with government Request for Proposals (RFPs) and federal/state grant initiatives, focusing on efficient building climate control solutions that comply with regulatory standards. Emphasis is placed on the significance of systematic installation and attention to safety and operational efficiency, further underlining the government's commitment to modern infrastructure.
    The document outlines the design and construction specifications for the heating and cooling systems in the Administrative Building and Auditorium at Valley Forge National Historical Park, Pennsylvania. It is part of a federal project managed by the National Park Service and involves coordination with various engineering disciplines. The report includes detailed architectural, mechanical, and electrical plans, including HVAC (heating, ventilation, and air conditioning) layouts, plumbing configurations, and electrical detailing. Key aspects include schematic designs, final construction documents, and specifications for all equipment and materials. The project aims to modernize the facilities while ensuring environmental and energy efficiency standards are met. The document emphasizes the importance of compliance with local, state, and federal regulations throughout the design and construction phases, alongside safety protocols during installation. Overall, this document supports the overarching objective of enhancing visitor services and infrastructure at a national park site, illustrating the rigorous planning and multi-disciplinary collaboration necessary for federal grants and RFPs related to public facilities.
    The National Park Service seeks an HVAC service contract for Valley Forge National Historical Park, covering four locations: the Administration and Theater, Visitor Center, and Philander Knox Chase. The contract spans three years, including a base year with two optional extensions, and mandates four quarterly inspections and annual certification of HVAC systems. The contractor will also address component life-cycle replacements and emergency repairs on an as-needed basis, with specific timeframes for response to both emergency and non-emergency service calls. Non-emergency requests should be addressed within three days, while emergency calls require a two-hour response time, limited to eight man-hours of labor and associated material costs. All work must comply with EPA regulations regarding refrigerants and address safety standards as per OSHA. The contractor is responsible for maintaining proper documentation, including an annual certification confirming system performance according to manufacturer specifications. This solicitation emphasizes the importance of regular maintenance and compliance with environmental regulations to ensure the efficient operation of HVAC systems within the park's facilities.
    The document outlines Wage Determination No. 2015-5791, issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for federal contracts in Pennsylvania, particularly for Bucks, Chester, and Montgomery counties, effective in 2024. Contracts initiated on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20, while those awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658's $12.90 rate unless otherwise stated. The document includes detailed wage rates for various occupations, such as administrative support, automotive service, and health occupations, indicating specific benefits like health insurance and paid time off. Additionally, it emphasizes requirements under multiple Executive Orders, including paid sick leave. Employers are responsible for offering fringe benefits and ensuring compliance with wage standards for all contracted workers, highlighting the government's commitment to fair labor practices. This wage determination is crucial for informing contractors of their obligations and ensuring worker protections within the public contracting process.
    The U.S. Department of Interior's National Park Service has released a Request for Proposal (RFP) for HVAC services at Valley Forge National Historical Park, identified as project 140P4224Q0122. The document outlines a detailed bid schedule for a service contract encompassing a base year and two option years. Each year's pricing structure includes labor hours, materials, inspections, service calls, and emergency call rates, with quantities specified for each category. The base year requires 56 labor hours, 4 units of materials, and recurring service calls, with similar expectations for the subsequent option years. Total estimates for each year, however, are marked as unfilled. This RFP emphasizes the government's commitment to maintaining essential HVAC services in historical contexts while adhering to federal contracting protocols.
    The document outlines the technical specifications and schedules for heating and cooling systems planned for the Administration Building and Auditorium at Valley Forge National Historical Park in King of Prussia, Pennsylvania. It details various components, including air-cooled chillers, pumps, air handling units, convectors, and VRV terminal units, along with their respective capacities, locations, and operational requirements. Key elements include the chilled water system specifications, such as the vertical inline pumps and Daikin air handlers requiring coordination with control contractors. Additionally, it mentions various heating elements, including electric fin tube radiation and reheating coils located throughout the building. The document emphasizes the need for proper thermostat control, installation specifics, and compliance with specified sound levels. The purpose of the document aligns with government RFPs, ensuring that the planned upgrades meet necessary federal standards while providing functional efficiency and comfort in a historical site context. Overall, it serves as a comprehensive guide to the HVAC systems that will sustain the facilities’ operational integrity and ensure visitor comfort at the historical park.
    The Experience Questionnaire serves as a tool for offerors responding to federal and state/local RFPs to showcase their relevant work history, emphasizing projects completed in the past five years. Offerors are required to detail a minimum of three similar projects, including contact information, project scope, performance remarks, and any instances where their experience may not be viewed positively, along with remedial actions taken. This transparency is crucial as it impacts the evaluation of their candidness and overall experience. The form collects necessary information like contractor name, project name, location, owner details, project value, and construction dates. By necessitating a comprehensive disclosure of past performances and potential issues, the questionnaire aligns with the government’s goal of informed decision-making when assessing contractor qualifications and capabilities for the described work requirements in the solicitation.
    This document is an amendment regarding a solicitation for a contract by the National Park Service, specifically for a project located in King of Prussia, Pennsylvania, with the period of performance set from September 23, 2024, to September 22, 2027. The amendment provides crucial updates including site visit details scheduled for September 10, 2024, at 10:00 AM, along with a point of contact, Mike Albert. Additionally, the deadline for submitting questions has been extended to 3:00 PM ET on September 11, 2024. It is imperative for all offerors to acknowledge this amendment by certain methods outlined in the document to avoid rejection of their offers. The purpose of these updates is to ensure potential contractors are well-informed and have the opportunity to engage with the project requirements before the submission of proposals. This amendment emphasizes the necessity of compliance with solicitation changes and highlights the government's intent to foster transparency and clarity in the contracting process.
    The document pertains to an amendment of a government solicitation (140P4224Q0122) issued by the National Park Service, specifically for a project in Philadelphia, PA. The key purpose of this amendment is to provide responses to inquiries received regarding the solicitation and to share relevant drawings for various locations involved in the project. The amendment specifies that offers must acknowledge the receipt of this document before the designated opening time, which is critical to prevent rejection of the offers. It outlines the administrative changes to the contract and emphasizes the requirement for the contractor to acknowledge the amendment with their quote. The period of performance for the project is established from September 23, 2024, to September 22, 2027. It is a standard procedure in government contracting to amend solicitations and ensure that all potential bidders have the necessary information to submit compliant proposals. Overall, the document serves as an official notification of updates and guidelines for contractors interested in participating in the bidding process.
    The document outlines a Request for Proposal (RFP) for HVAC inspection and maintenance services at Valley Forge National Historical Park. The contract comprises a base year and two option years, with performance periods extending from September 23, 2024, to September 22, 2027. The solicitation emphasizes compliance with Federal Acquisition Regulations and outlines the need for experienced contractors to provide necessary manpower and equipment. Interested offerors must submit quotes electronically by September 16, 2024, along with documentation demonstrating previous relevant experience and compliance with the requirements. Key evaluative factors include price and prior experience. The solicitation contains provisions that ensure a small business set-aside, reflecting an emphasis on promoting participation from economically disadvantaged sectors. Moreover, the attachment outlines necessary legal and compliance clauses covering a range of topics such as labor standards, insurance requirements, and the prohibition of certain telecommunications equipment. This RFP signifies the government's commitment to maintaining historical sites while ensuring operational effectiveness through qualified contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J--WAPA HVAC PMI
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide inspection and preventative maintenance services for HVAC systems at the War in the Pacific National Historical Park in Guam. The procurement includes base year services for inspections, testing, and minor repairs, with a contract period from September 23, 2024, to September 22, 2025, and potential option years extending through 2029. This initiative is crucial for maintaining the operational efficiency of critical infrastructure within the park, ensuring compliance with federal regulations and the Service Contract Act wage determination for Guam. Interested parties must submit their quotes via email by September 23, 2024, and can reach out to Edward Cortez at edwardcortez@nps.gov for further inquiries.
    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.
    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.
    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.
    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.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    NEC-HVAC System Preventive Maintenance (PMSC)
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Panama City, is soliciting proposals for the NEC-HVAC System Preventive Maintenance (PMSC) contract, aimed at ensuring the efficient operation of HVAC systems at the embassy. The procurement involves preventive maintenance services for chillers, air handling units, and cooling towers, with a base contract period of one year and two optional renewal years. This initiative underscores the importance of maintaining reliable HVAC performance in government facilities, ensuring compliance with federal regulations and embassy protocols. Quotations are due by September 24, 2024, at 08:00 a.m. local time, and interested vendors must submit their proposals electronically, adhering to specified formats and including necessary documentation such as the SF-1449 form and proof of SAM registration. For inquiries, vendors may contact Contracting Officer Gabriel Massine at pnmprocreq@state.gov.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    J045--Airflow Testing Isolation Room PMI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide airflow testing and inspection services for the Phoenix VA Health Care System. This procurement aims to ensure compliance with safety standards across various medical facilities, including isolation rooms and operating rooms, with services expected to commence on October 1, 2024, and extend through September 30, 2025, with options for further extensions. The contract, valued at approximately $19 million, underscores the VA's commitment to maintaining high-quality healthcare services and patient safety through proper ventilation and air quality standards. Interested bidders must submit their offers by September 23, 2024, at 10:00 AM MST, and are encouraged to contact Contract Specialist Felicia Simpson at felicia.simpson@va.gov for further inquiries.