Install Boilers, Building 2 and Building 3
ID: FA875125B0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HEATING AND COOLING PLANTS (Y1NB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting bids for the installation of steam boilers in Buildings 2 and 3 at its Rome Research Site in New York. This project, valued between $5 million and $10 million, involves the complete installation of new steam boilers, along with necessary upgrades to fire protection, plumbing, and electrical systems, ensuring compliance with federal standards and environmental regulations. The initiative reflects the government's commitment to enhancing infrastructure and operational efficiency at military installations. Interested small businesses must submit their bids electronically by the specified deadline, with a bid guarantee of 20% of the bid price required, and are encouraged to contact Tabitha Haggart at tabitha.haggart@us.af.mil for further inquiries.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 5:08 PM UTC
The document lists various companies and individuals related to federal and local Request for Proposals (RFPs) and grants. It details the names and contact information of representatives from each company, categorizing them as prime contractors or subcontractors. Among the listed companies, Towne Engineering, Four Tribes, and HT Lyons feature prominently, with multiple entries across both categories. Other notable prime contractors include Aventus NV, Usmail Electric, and C&S Companies. The format provides a clear and organized breakdown of participants involved in government contracting opportunities, showcasing the collaboration between different entities. This information is essential for entities seeking to engage in federal contracts, identifying both prime opportunities and sub-tier partnerships for various government projects.
Apr 18, 2025, 5:08 PM UTC
The document outlines supplemental requirements for contractors working under Solicitation No. FA875125B0002 with the Air Force Research Laboratory (AFRL/RI). It emphasizes the need for compliance with Communications Security (COMSEC) procedures, advising contractors that all communications may be monitored. Access to work areas is tightly controlled, requiring advance registration and a Local Files Check for all personnel. Only U.S. citizens can perform work on-site, with strict regulations against employing foreign nationals unless they receive a waiver from the Contracting Officer. Contractors must maintain identification at their workspaces and adhere to stringent security protocols, including vehicle inspections and access management via magnetic entry badges or DBIDS cards. The document also stresses the importance of contractor insurance as per federal regulations. Overall, this guidance ensures the protection and security of sensitive government facilities while providing strict access and operational protocols for contractors involved in the project.
Apr 18, 2025, 5:08 PM UTC
The document outlines specifications for the installation of steam boilers at the Air Force Research Laboratory in Rome, New York, under project number ULDF 220311AE. It includes requirements for constructing a boiler room and installing three boilers, along with necessary pumps, piping, fire protection, and electrical systems. Key points include compliance with the Environmental Protection Agency's guidelines on recycled materials, notification procedures for excavation, and protocols for maintaining existing structures during construction. Work restrictions are specified to ensure safety, including access limitations, working hours, and utility interruptions, with strict procedures for coordinating these activities due to the occupancy of the surrounding buildings. The administrative requirements section emphasizes the necessity of submittals for government approval, including construction schedules and documentation of ongoing project conditions. The emphasis on collaboration and communication between contractors and government representatives underscores the project's complexity, reflecting the rigorous standards required for government contracts. Overall, the document serves as a comprehensive guide to ensure completion of the installation project while adhering to safety, environmental, and operational guidelines.
Apr 18, 2025, 5:08 PM UTC
The document outlines specifications for a procurement related to a manual pad-mounted switchgear, specifically the S&C Model No. PMH-19. It includes details such as the catalog number, serial number, and manufacturing date from April 1992. The elements listed are indicative of the items requested or required for this procurement, including various models denoted by codes like 8WF24, 8WF48, and W8 28, repeated throughout the document. The references to "Pad" and "Area of Relocated Storage" suggest considerations for installation and operational contexts. Furthermore, the document likely pertains to federal or state-level Requests for Proposals (RFPs) or federal grants, emphasizing the structured requirements for government entities to procure specific electrical equipment reliably. It underscores the intention to ensure that governmental contracts meet safety, quality, and operational standards while adhering to necessary regulations.
Apr 18, 2025, 5:08 PM UTC
The document details a government request for proposal (RFP) related to the installation of steam boilers at the Air Force Research Lab's Rome Research Site in Rome, New York. The RFP is designated with several codes, including 8WF24, 8WF48, and 8WF31, indicating potential specificity in required tasks or projects. The initiative's budget or funding seems to be set at $240,000. The proposal outlines the necessary technical work, which likely involves removing outdated or inefficient systems and installing new, compliant steam boilers that align with federal standards. This project reflects the government's ongoing investment in infrastructure improvement to enhance operational efficiency at military installations while ensuring safety and regulatory adherence.
Apr 18, 2025, 5:08 PM UTC
Barton & Loguidice, D.P.C. was commissioned by Towne Engineering, PC to conduct a limited pre-renovation asbestos survey and lead-based paint characterization at the DFAS Building 2, Rome Research Site in New York. The investigation took place on September 8 and 9, 2021, led by a certified asbestos inspector. The survey aimed to identify hazardous materials to inform upcoming renovations. Asbestos sampling revealed no detectable asbestos in the majority of materials tested, although certain older pipe fitting insulation and transite wall panels were presumed to contain asbestos due to their age. Lead-based paint tests identified several painted components exceeding the 0.5% lead threshold set by EPA guidelines, necessitating careful handling and compliance with OSHA and New York DEC regulations during future construction activities. All findings are intended for ensuring safety and regulatory compliance before renovation efforts commence, thus highlighting the importance of environmental health considerations in federal and local government projects. The document includes laboratory analyses attached to confirm the results and the procedures followed during the testing. This comprehensive assessment is crucial for mitigating health risks associated with asbestos and lead exposure in the renovation of government facilities.
Apr 18, 2025, 5:08 PM UTC
The project file outlines the technical specifications for the installation of steam boilers at the Air Force Research Laboratory's Rome Research Site, located in New York (Project Number: ULDF 220303AE). The primary scope involves the complete installation of steam boilers, along with necessary upgrades to fire protection, plumbing, and electrical systems. Contractors are required to ensure full operational capability of the heating systems by October 15, 2025, ahead of the heating season. The submission includes rigorous environmental protection measures aligned with the EPA and mandates for green procurement practices. Safety, health regulations, and compliance with OSHA standards are emphasized throughout the document, highlighting the necessity for a thorough safety management plan and adherence to specific reporting and notification protocols in case of accidents. Additionally, the document necessitates the contractor's compliance with hazardous materials management, including proper handling and disposal protocols according to federal and state regulations. Access to the worksite is controlled and secure, requiring advance requests for contractor personnel. Comprehensive inspections and submittals at various project stages are mandatory to maintain compliance with military and environmental standards. This structured approach ensures that the construction process is safe, compliant, and environmentally responsible.
Apr 18, 2025, 5:08 PM UTC
This document outlines design and engineering specifications for a construction project related to the heating, ventilation, and air conditioning (HVAC) systems in designated facilities. It details the requirements for various systems, including controls for heating, ventilation, boiler operations, and temperature management to ensure compliance with safety and operational standards. Specific elements include a description of the HVAC system's functionalities, monitoring protocols, equipment configurations, and maintenance requirements, each addressing emergency alarms and control mechanisms. The file also presents structural aspects, creating enhanced thermal comfort within the designated spaces while maintaining energy efficiency. There are references to parking specifications, site layout, utility placements such as catch basins, ramps, and entry points, emphasizing operational flow and accessibility. Essentially, this document serves as a guidance framework for contractors invited to submit proposals (RFPs) for construction and related services, ensuring that all projects submitted align with city planning regulations and grant objectives to optimize government-funded infrastructure projects. This aligns with federal and local initiatives towards improved public facilities and sustainability.
Apr 18, 2025, 5:08 PM UTC
Barton & Loguidice, D.P.C. conducted a targeted investigation for asbestos, lead-based paint, and PCB-containing materials at Building 3 of the Rome Research Site, in support of an HVAC system upgrade project. The survey, carried out by certified inspectors, encompassed areas slated for renovation and revealed the presence of asbestos in materials such as duct sealants and pipe insulation, along with some suspected materials. Lead-based paint was detected on structural steel components, necessitating compliance with EPA and OSHA regulations for lead exposure. The report indicates that PCB levels in caulking were below the threshold for being classified as hazardous waste. The findings highlight the importance of prioritizing safety and regulatory adherence during the renovation process, requiring appropriate abatement actions to manage hazardous materials appropriately. This comprehensive assessment serves as a guide for mitigating health risks and ensuring compliance during upcoming construction works at the site.
Apr 18, 2025, 5:08 PM UTC
Apr 18, 2025, 5:08 PM UTC
The document addresses a series of questions and answers related to a construction project undertaken by the Air Force Research Laboratory (AFRL). It clarifies that there is no mandated construction schedule; it will be established post-award with the AFRL construction office. Key technical specifications are outlined, such as the use of Johnson Controls products for temperature control systems and specific details regarding emergency eyewash stations and associated plumbing requirements. Further, it differentiates between the specifications for Building 2, which adheres to government standards, and Building 3, which follows proprietary specifications. A noted discrepancy in boiler operating pressure on construction drawings is communicated to avoid potential proposal cost escalations. Overall, the dialogue allows bidders to understand project requirements and specifications crucial for accurate proposal submissions, reinforcing adherence to regulatory specifications and operational safety.
Apr 18, 2025, 5:08 PM UTC
The government file FA875125B0002 provides crucial insights related to a federal bid process. It details the requirements for bidders, stating that a bid guarantee of 20% of the bid price is necessary, overriding any other indications in the SF 1442 document. The document identifies Tabitha Haggart as the Contract Specialist responsible for the site visit, providing her contact details for inquiries. Additionally, it clarifies that there is no pre-qualified bidders list for this project; however, a list of attendees from the site visit will be made available on BetaSAM, allowing firms to determine their status as interested parties, either as prime contractors or subcontractors. Overall, this Q&A aims to facilitate the bidding process by ensuring potential bidders have clear and accurate information regarding requirements and participation.
Apr 18, 2025, 5:08 PM UTC
The government solicitation FA875125B0002 seeks bids for the installation of steam boilers in Buildings 2 and 3 at the Air Force Research Laboratory (AFRL) in Rome, NY. The project, valued between $5 million and $10 million, is classified as a 100% Small Business Set-Aside, adhering to federal procurement standards. Contractors must comply with various federal, state, and local regulations while performing general construction, plumbing, electrical, and mechanical tasks. The contractor will commence work within 60 calendar days of contract award and must complete it within 545 calendar days. Required submissions include performance and payment bonds, and adherence to the Davis-Bacon Act wage decision. The solicitation specifies bid instructions, submission requirements, and performance standards, ensuring transparency and fairness in the bidding process. Additionally, the government retains the right to cancel the solicitation at any time. This document is integral to maintaining compliance within federal contracting frameworks, encouraging small business participation, and ensuring quality workmanship in construction projects.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Repair/Replace HVAC Systems
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory in Rome, New York, is seeking bids for the repair and replacement of HVAC systems as part of a federal contract. The project encompasses hazardous material abatement, general construction, mechanical and plumbing work, and the disassembly and reinstallation of existing furniture systems, with a focus on ensuring small business participation as it is a total small business set-aside under NAICS code 236220. This procurement is critical for maintaining operational efficiency and safety within the facility, with an estimated construction magnitude between $5 million and $10 million and a performance period of 540 calendar days post-award. Interested contractors must acknowledge all amendments and submit their bids by April 29, 2025, and can direct inquiries to Jennifer Calandra at Jennifer.Calandra@us.af.mil.
Indoor Boiler
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to procure one Raypak XTHERM 1005A Indoor Boiler under a Combined Synopsis/Solicitation notice. This procurement aims to acquire a specific brand-name boiler to support operations at Hurlburt Field, Florida, while adhering to Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. The initiative emphasizes the importance of small business participation, particularly for economically disadvantaged women-owned businesses, as part of the federal effort to enhance diversity in government contracting. Interested contractors can reach out to Kodei Calvin at kodei.calvin@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil for inquiries, with a total budget of $19 million allocated for this firm-fixed-price contract.
Boiler Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide boiler maintenance services at Fairchild Air Force Base in Washington. The contractor will be responsible for comprehensive management and maintenance of hydronic and steam boilers, including preventive and corrective maintenance, operational attendance, and compliance with Air Force regulations. This service is critical for ensuring the functionality and safety of heating systems essential for base operations. Proposals are due by May 14, 2025, and interested parties should contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project involves replacing existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the chillers being provided as government-furnished equipment. This repair is crucial for maintaining operational efficiency and ensuring the proper functioning of HVAC systems within the facility. Interested contractors should note that a site visit is scheduled for April 23, 2025, with questions due by April 30, 2025, and bids must be submitted by May 14, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or call 803-895-5381.
Sources Sought Announcement - FY25/26 B-21 Construction Projects - Ellsworth AFB, SD - Boilers
Buyer not available
The Department of Defense, through the US Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for boiler equipment needed for three B-21 construction projects at Ellsworth Air Force Base, South Dakota. The procurement focuses on Advanced Thermal Hydronics (ATH) KN Series Boilers, which are preferred due to their suitability for the region's windy conditions and existing technician familiarity, with estimated costs for the equipment ranging from $25,000 to $400,000 per project, totaling approximately $600,000. This initiative is part of the integrated B-21 weapons system beddown and aims to enhance operational efficiency while adhering to DoD construction standards. Interested vendors must submit their capabilities statements by April 30, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil.
LC-777-Steam Plant-Repair Boilers 3 and 4 Burners, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Boilers 3 and 4 at the LC-777 Steam Plant located at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The project aims to enhance boiler performance by addressing airflow imbalances and soot accumulation, which have led to reduced steam capacities, and includes inspections, airflow modeling, and necessary repairs to improve efficiency and safety. This procurement is critical for maintaining operational functionality within military facilities, with an estimated project cost ranging from $250,000 to $500,000 and a completion timeline of 180 days post-award. Interested contractors must submit their proposals by May 14, 2025, and can contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or 757-462-1023 for further information.
7 CES Water Heater-Boiler Replacement
Buyer not available
The Department of Defense, through the 7th Contracting Squadron (7 CONS), is seeking information from potential small business contractors capable of supplying Water Heater and Boiler equipment for Dyess Air Force Base in Texas. The procurement requires equipment with a minimum capacity of 399,000 BTUs, a 1-inch gas inlet, a 4-inch vent, and specific hot water production outputs ranging from 31.5 to 54.6 gallons per minute, along with a condensate neutralizer kit and a maximum height of 70 inches. This request for information (RFI) is part of market research to assess small business capabilities and does not constitute a commitment to contract; interested vendors are encouraged to submit their responses by April 21, 2025, and may direct inquiries to A1C Illya Shkrebtiy at illya.shkrebtiy.1@us.af.mil or by phone at 325-696-2308.
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov 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.
WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House, located in Seneca Falls, NY. The project involves the environmentally-friendly removal and replacement of an existing 100,000 BTU natural gas boiler, along with associated components, while adhering to historic preservation regulations and maintaining the integrity of the structure. This initiative is crucial for upgrading the infrastructure of a significant historical site, ensuring energy efficiency without compromising its historical value. Interested small businesses must submit their proposals by May 1, 2025, with the project performance period scheduled from July 15, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.