Ductless Mini-Split Heating & Cooling System for DCR Room at Joint Base Cape Cod Bldg #2410
ID: 6913G625Q300009Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, 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 U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotes for the installation of a ductless mini-split heating and cooling system in Building #2410 at Joint Base Cape Cod, Massachusetts. The project requires a contractor to provide all necessary personnel, equipment, and materials to complete the installation in accordance with the provided Statement of Work and specifications, with a budget estimated between $5,000 and $30,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal regulations and ethical standards in the contracting process. Interested contractors must submit their quotes by February 21, 2025, and may contact Patricia Barnett at patricia.barnett@dot.gov or 857-259-2998 for further information.

    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications for commercial products and services as per federal acquisition regulations (FAR 52.212-3). It provides guidelines for completing necessary certifications depending on the Offeror's registration status, particularly with the System for Award Management (SAM). Key definitions are included, such as classifications for small businesses, economically disadvantaged businesses, and types of operations restricted under specific laws (e.g., forced or indentured child labor, operations in Sudan). The document details the representations related to the Offeror’s business status, including small business concerns, veteran-owned, women-owned, and disadvantaged business definitions. It also discusses compliance with federal standards regarding taxes, responsibility matters, child labor, and other ethical considerations essential for federal contracts. Additional stipulations cover certifications related to the Buy American Act, federal tax liabilities, and the prohibition of contracting with corporations that have certain legal or financial issues. Overall, this provision is crucial for ensuring transparency and compliance in federal contracting, enabling the government to assess the qualifications and ethical practices of potential contractors during the bidding process for federal grants and RFPs.
    This document serves as an amendment to the solicitation identified by the number 6913G625Q300009, issued by the Volpe National Transportation Systems Center. The purpose of the amendment is twofold: it provides updated drawings related to the project and responds to a vendor inquiry regarding SAM registration. Specifically, changes include correcting the system specifications to serve Room #3 instead of Room #4, necessitating the replacement of initial drawings with revised ones. Additionally, it clarifies that all contractors must be registered in the System for Award Management (SAM) to receive awards from Department of Transportation agencies. Vendors are required to acknowledge this amendment either by submitting modified offers or notifications via written correspondence before the specified deadline, ensuring compliance and acceptance of the terms provided. The amendment reflects standard procedures in government solicitations, emphasizing the importance of accuracy and proper documentation in contracting processes.
    The Commonwealth of Massachusetts has outlined the procedure for applying for building permits for state-owned buildings under the Massachusetts State Building Code (780 CMR). Applicants must complete the building permit application, adhere to submission requirements, and ensure all necessary documents and fees are included to avoid processing delays. There are specific instructions for electronic and paper submissions, with details on fee calculations based on project value, which range from a minimum of $25 to a maximum of $150,000. Key sections in the application cover project details, work descriptions, existing building evaluations, and construction types. Applicants are required to submit evidence of permits related to utilities and construction control, as well as a Workers’ Compensation Insurance Affidavit. The application includes appendices for demolition attestations and construction document checklists, detailing required documentation to ensure compliance with safety and regulatory standards. This structured application process is aimed at increasing efficiency and accountability in the approvals of building projects, reflecting the state's commitment to public safety and regulatory compliance in construction.
    The document outlines the Statement of Work for installing heat pumps at the USDOT Volpe Center Test Range, Building 2410, located on Joint Base Cape Cod, MA. The contractor is required to supply and install a specified Daikin heat pump system, including necessary electrical and building permits. Key responsibilities include conducting site visits, coordinating work hours, ensuring security protocol compliance, and maintaining safety standards in accordance with federal regulations. The project emphasizes essential activities such as daily logging of work performed, compliance with environmental regulations, and proper management of hazardous materials. A schedule for the completion of work within 45 days of contract initiation is stipulated, alongside a one-year warranty period for the installed equipment. The contractor must also ensure that the surrounding property is protected and that all waste is disposed of legally. Overall, this document serves as a comprehensive guideline for prospective contractors, outlining operational, safety, and regulatory expectations in accordance with federal RFP standards. It aims to ensure the smooth execution of the project while emphasizing adherence to environmental requirements and best practices in HVAC installation.
    The document presents data concerning load assessments and demand factors related to connected electrical systems, possibly in the context of governmental infrastructure projects. It provides metrics about total connected loads by phase and type, alongside calculated demand loads and associated amperage. The data is categorized under various sections indicating connected loads and includes totals and subtotals for comprehensive evaluation. Specifically, it details connected loads summing to 55,597 VA with a demand load of 63,466 VA and a demand amperage of 176. Another segment records total connected loads at 27,813 VA and a demand load of 30,674 VA, showing a demand amperage of 85. This information may be derived for assessing the electrical capacity and requirements necessary for compliance with local and federal standards and for submitting relevant proposals in response to Requests for Proposals (RFPs) or grants aimed at infrastructure improvement. The structured data and metrics underscore the importance of load management and monitoring, likely contributing to effective project budgeting and planning in governmental project approvals and implementations.
    The document outlines a project for the installation of mini-split HVAC systems at Joint Base Cape Cod, Massachusetts, under the auspices of the USDOT Volpe Center. The project encompasses key elements such as demolition guidelines, mechanical plans, and electrical layouts, emphasizing compliance with safety and construction standards, including the International Building Code and the National Fire Protection Association regulations. Key responsibilities for contractors include ensuring public safety, managing dust control during demolition, coordinating the relocation of existing systems, and handling hazardous materials per applicable regulations. The project details specifications for the installation of new HVAC equipment, emphasizing the need for meticulous planning and execution to avoid disruption of services and ensure safety. Overall, the file serves as part of a federal RFP, detailing the necessary workflows, required adherence to safety protocols, and the structured approach to the installation and integration of new HVAC systems within existing infrastructure. This comprehensive approach underscores the government’s commitment to enhancing facilities while ensuring regulatory compliance and proactive safety measures.
    The U.S. Department of Transportation is soliciting quotes via Request for Quotation (RFQ) No. 6913G625Q300009 for the installation of a ductless, mini-split heating and cooling system in Building #2410 at Joint Base Cape Cod. This procurement is designated for small businesses, with a budget between $5,000 and $30,000, under NAICS code 238220. Contractors interested in a site visit must contact Brian Hanley by January 20, 2025, and the visit is scheduled for February 7, 2025. Vendors are required to submit quotes by February 21, 2025, consisting of a pricing component and a technical submission detailing their capability and past performance. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, awarding the contract to the lowest bid that meets technical requirements. The anticipated project completion date is set for April 10, 2025, with additional stipulations related to compliance with federal regulations and required documentation, including registrations in the System for Award Management (SAM). Key terms and conditions are detailed in the attached clauses, requiring adherence throughout the bidding process.
    The document outlines a Request for Proposal (RFP) issued by the Volpe National Transportation Systems Center for the installation of a mini-split heat pump system at Joint Base Cape Cod. The RFP specifies the need for a contractor to provide all necessary personnel, equipment, and materials to complete the installation according to the provided Statement of Work and drawings. The submission deadline for proposals is February 21, 2025, at 1600 ET, with contact information for Patricia Barnett as the contracting officer. The project is categorized under the North American Industry Classification Standard (NAICS) code 238220, related to plumbing, heating, and air-conditioning contractors, and is open to small businesses. The document includes various formalities concerning payments, delivery terms, and contracting details, ensuring compliance with federal acquisition regulations. It emphasizes the need for accuracy in the bidding process and reinforces the requirements for proper invoicing and documentation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is soliciting proposals for the removal and replacement of an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building 2410, located at Joint Base Cape Cod, Massachusetts. The project aims to support critical functions related to GPS capabilities for the United States Air Force and the Federal Aviation Administration, requiring comprehensive construction services that include demolition, installation of a new HVAC system, and adherence to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with an estimated contract value between $25,000 and $125,000, and proposals are due by 4:00 PM EST on February 21, 2025. Interested contractors can reach out to Patricia Barnett or Matthew Phelps for further inquiries and are encouraged to attend a site visit scheduled for February 7, 2025.
    BOST - HVAC PM REPAIR/SERVICE CONTRACT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the BOST - HVAC PM Repair/Service Contract at the Boston National Historical Park. The procurement involves preventive maintenance, inspections, and repairs of HVAC systems across various park facilities, with a focus on ensuring operational efficiency and compliance with safety standards. This contract is crucial for maintaining the park's historic environment while providing essential services, and it is set aside for small businesses under NAICS code 238220. Interested contractors must submit their quotations by February 21, 2025, and can contact Jason Albright at JasonAlbright@nps.gov or 617-519-6145 for further details.
    HVAC Cleaning Services - Cape Cod
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC cleaning services at their facility in Buzzards Bay, Massachusetts. This procurement aims to ensure the proper maintenance and functionality of heating, ventilation, and air conditioning systems, which are critical for operational efficiency and safety. The services will be performed under the NAICS code 238220, which encompasses plumbing, heating, and air-conditioning contractors, and are vital for maintaining a safe and comfortable environment for personnel. Interested parties should contact Maeve Schaeffer at Maeve.M.Schaeffer@uscg.mil or call 206-836-4014 for further details regarding this sources sought notice.
    AC Ductless PM, Repair and Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "AC Ductless PM, Repair and Replacement," aimed at providing preventive maintenance, repair, and replacement services for ductless split air conditioning systems at various Army installations in Hawaii. The contractor will be responsible for ensuring compliance with applicable laws and regulations while delivering services that include routine maintenance, emergency repairs, and thorough documentation of work performed, all under a Total Small Business Set-Aside initiative. This contract, valued at approximately $19 million, emphasizes the importance of maintaining high-quality service standards and safety protocols in facility operations. Interested parties must submit their proposals by February 21, 2025, and can direct inquiries to Travis Tonini at travis.c.tonini.civ@army.mil or Melena D. Faxon at melena.d.faxon.civ@army.mil.
    Buy America Act Non-Availability - Mini Ductless Split System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a Mini Ductless Split System under the Buy America Act Non-Availability notice. This opportunity aims to identify suppliers capable of providing these HVAC systems, which are crucial for maintaining climate control in various military facilities. The procurement will take place in Fort Worth, Texas, and interested vendors should reach out to Shenika Lewis at shenika.m.lewis@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil for further details. This sources sought notice is part of the preliminary steps in the contracting process, and no funding amount or specific deadlines have been provided at this stage.
    HVAC Maintenance services at Coast Guard Station Port Canaveral, FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC maintenance services at Coast Guard Station Port Canaveral, Florida. The contract requires the contractor to deliver comprehensive preventive maintenance and emergency services for HVAC systems, ensuring compliance with manufacturer standards and industry best practices. This service is critical for maintaining operational efficiency and safety at the facility, with the contract structured for one base year and four optional extensions. Interested parties should contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and must adhere to wage determinations and compliance requirements outlined in the associated documents.
    INSTALLATION OF DUCTED SPLIT SYSTEM AIR CONDITIONER
    Buyer not available
    The U.S. Embassy in Cotonou, under the Department of State, is seeking quotes for the installation of two ducted split system air conditioners in the switchgear room. The procurement aims to modernize the facility's cooling systems, ensuring compliance with federal procurement standards while maintaining high safety and regulatory requirements. Interested contractors must submit their quotes by March 5, 2025, and adhere to specific formatting and submission guidelines, including SF-1442 and proof of SAM registration. For further inquiries, potential bidders can contact Rebecca J. Stone at stonerj@state.gov or Abdoul Youssifou at youssifouar@state.gov.
    J--BOST- MECHANICAL/PLUMBING SYSTEMS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for mechanical and plumbing systems maintenance and repair services at the Boston National Historical Park. The procurement involves a firm-fixed-price/time and materials contract for a base year with two optional years, requiring contractors to provide comprehensive preventive maintenance and emergency repair services for plumbing, mechanical, and heating systems. This initiative underscores the importance of maintaining critical infrastructure within federal parks, ensuring operational efficiency and safety while preserving historical sites. Interested contractors must submit their quotes by February 18, 2024, and can direct inquiries to Janice Boscoe at janiceboscoe@contractor.nps.gov.
    NSSC HVAC Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. The contractor will be responsible for providing comprehensive maintenance services for HVAC systems, ensuring compliance with federal, state, and local regulations, including ASHRAE standards, while maintaining system performance and safety in various climatic conditions. This contract is crucial for ensuring the operational efficiency and safety of the facility's HVAC systems, which support the overall mission of the Department of Defense. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil for further details.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.