Install Boilers, Building 2 and Building 3
ID: FA875125B0002Type: Presolicitation
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)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory, is seeking contractors for the installation of steam boilers at Buildings 2 and 3 located at the Rome Research Site in New York. The project involves the complete installation of new heating systems, including necessary upgrades to fire protection, plumbing, and electrical systems, with a focus on compliance with safety and environmental regulations. This initiative is part of the government's ongoing efforts to enhance infrastructure efficiency and safety at military installations, with a budget set at $240,000 and a completion deadline of October 15, 2025. Interested contractors should contact Tabitha Haggart at tabitha.haggart@us.af.mil for further details and to ensure compliance with all project specifications and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Temporary Boiler Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of temporary boiler systems to support operations at the United States Military Academy (USMA) in West Point, New York. The procurement involves providing two 800 horsepower steam boilers, with specific operational requirements for Buildings 756 and 845, including steam delivery pressures of up to 250psi. This initiative is crucial for maintaining operational integrity and safety at the USMA, with a total estimated contract value of $19 million, set aside for small businesses, including economically disadvantaged women-owned and service-disabled veteran-owned companies. Interested contractors must submit their proposals electronically by the specified deadline and can contact Lakenia M. Brown at lakenia.m.brown.civ@army.mil or 520-687-8138 for further information.
    *UPDATED* FE Warren 2x KN-16 & 1x KN-30 Boiler
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting bids for the procurement of two KN-16 boilers and one KN-30 boiler for use at FE Warren Air Force Base in Wyoming. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting economically disadvantaged groups. These boilers are essential for maintaining operational efficiency and heating requirements at the base, reflecting the importance of reliable industrial boiler systems in military facilities. Interested contractors must acknowledge the solicitation amendments and submit their bids by the extended deadline of March 14, 2025, with inquiries directed to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Boiler Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for boiler inspections at Malmstrom Air Force Base in Montana. The contract, set aside for small businesses, requires the contractor to conduct bi-annual inspections of boilers and unfired pressure vessels, ensuring compliance with safety regulations, including OSHA standards, and providing detailed reports within 14 business days post-inspection. This procurement is crucial for maintaining operational safety and efficiency of the facility's heating systems, with a total award amount of $11,500,000 and a performance period from March 17, 2025, to August 31, 2025. Interested parties should reach out to SrA Robert Gottschalk at robert.gottschalk@us.af.mil or 406-731-2799 for further details.
    Ft Drum Bldg NY112 HVAC Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for HVAC repairs at Fort Drum, New York, under the project number CSS 98465. The procurement requires the contractor to provide all necessary labor, materials, equipment, and expertise to remove and replace three PTAC units and two outdoor condensing units, adhering to strict safety, environmental, and regulatory compliance standards within a 120-day timeframe from the notice to proceed. This project is critical for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of quality control and compliance with regulations such as OSHA. Interested contractors should contact Emily Schlee at emily.schlee.civ@army.mil or Theresa M. Eckstein at theresa.m.eckstein.civ@army.mil for further details and to ensure their proposals meet the outlined requirements.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility. Interested small businesses must submit their bids by March 13, 2025, and are encouraged to contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil for further information.
    Combo Presolicitation Notice/Sources Sought - Repair Dorm B2422
    Buyer not available
    The Department of Defense, through the 366th Contracting Squadron, is seeking contractors for the renovation of Dormitory B2422 at Mountain Home Air Force Base in Idaho. The project involves the demolition of outdated mechanical and electrical systems, the construction of a new mechanical addition, and the installation of modern electric boilers and fire suppression systems, with an estimated contract value between $5 million and $10 million. This renovation is crucial for addressing aging infrastructure issues, including fire alarm failures and safety compliance, ensuring a safe and modern living environment for future occupants. Interested contractors must submit their qualifications and express interest by March 19, 2025, with an Invitation for Bid anticipated to be issued on April 15, 2025, and project completion expected within 540 days post-award. For further inquiries, contact Natasha Lizama at natasha.lizama.1@us.af.mil or the Construction Acquisition Flight at 366CONS.PKB.Construction@us.af.mil.
    B711 Repair Water Line
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the "B711 Repair Water Line" project at Goodfellow Air Force Base in Texas. The project involves the repair of plumbing systems, including the restoration of a 4” copper pipe and associated concrete surfaces, wall finishes, and flooring, with a contract value estimated between $25,000 and $100,000. This procurement is crucial for maintaining the operational integrity of the base's facilities and ensuring compliance with safety and building codes. Interested contractors must submit their bids in a sealed format, with work expected to commence within 10 calendar days and be completed within 90 days of receiving the notice to proceed. For further inquiries, potential bidders can contact K. Shane Dunlap at kendol.dunlap@us.af.mil or Sarah Sasseen at sarah.sasseen@us.af.mil.
    B348 CDC Chiller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a design-build project to replace the air handler and chiller system at the Youth Center (Building 348) located at Columbus Air Force Base in Mississippi. The project entails comprehensive upgrades to mechanical and plumbing systems, excluding the boiler and water heater, and includes the installation of a new variable air volume (VAV) system along with all associated components, ensuring integration with existing Energy Management Control Systems. This initiative is crucial for maintaining operational efficiency and enhancing facility infrastructure, with an estimated construction magnitude between $500,000 and $1,000,000. Interested small businesses must respond to the Sources Sought Announcement by March 21, 2025, at 3:00 PM CST, providing relevant details such as business size and past experience, and can contact Amn Eric C. Smith or Daniel Stilts for further information.
    Industrial High Temperature Heater System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Industrial High Temperature Heater System to support the U.S. Army's supersonic wind tunnel upgrade. This procurement is a total small business set-aside, requiring compliance with specific operational parameters, including a target heating temperature of 800°F and a maximum system size of 12 ft in length and 6 ft in width. The heater system is crucial for ensuring effective airflow and heating without air liquification, emphasizing safety and non-hazardous operation. Interested contractors must submit their proposals electronically by March 10, 2025, at 5:00 PM EST, and can direct inquiries to Gloria Thoguluva at gloria.thoguluva.civ@army.mil or Julian Di Leo at julian.m.dileo.civ@army.mil.
    Update Building Controlss in Penn Yan, NY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to update building controls in Penn Yan, NY. This procurement aims to enhance the functionality and efficiency of existing building systems, ensuring they meet current operational standards. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in maintaining and improving government facilities. Interested small businesses are encouraged to reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or call 609-562-2695 for further details, while Stephanie Howell is also available at stephanie.m.howell2.civ@army.mil or 609-562-5335. The solicitation is set aside for total small business participation, in accordance with FAR 19.5.