Spanish Fork Ad Site HVAC Replacement
ID: 1240LS25Q0016Type: Combined Synopsis/Solicitation
AwardedJul 17, 2025
$43.4K$43,393
AwardeeGrainger Contracting and Services, LLC Marietta GA 30062 USA
Award #:1240LS25C0002
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 7Ogden, UT, 844012310, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the replacement of the HVAC system at the Spanish Fork Ad Site in Utah. The project involves the removal of the existing HVAC units and the installation of new heating, ventilation, and air conditioning systems, including mini-split units and necessary electrical components, with a budget estimated between $25,000 and $100,000. This procurement is crucial for ensuring efficient climate control within the facility, which is part of broader renovation efforts in the Uinta-Wasatch-Cache National Forest. Interested contractors must submit their proposals by May 21, 2025, and can direct inquiries to Chris Hansen at christine.m.hansen@usda.gov or by phone at 385-509-1895.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the HVAC system installation at the Spanish Fork Ad Site, administered by the USDA Forest Service. The project aims to replace the existing HVAC system, with an estimated budget of $25,000 to $100,000, and requires completion within 60 calendar days post-award. A mandatory site visit is planned for April 30, 2025, and proposals are due by May 8, 2025. Contractors must provide various items including high wall ductless units, outdoor units, and necessary labor for installation. The scope entails not only the removal of the current HVAC system but also the proper installation of new units while maintaining minimal disruption to building occupants. Key requirements include written inquiries to be submitted by May 5, 2025, and the responsibility of contractors to obtain any required performance and payment bonds within 10 days of award. The document specifies the need for proper waste disposal and onsite safety measures during construction. The RFP incorporates specific clauses related to labor standards and contractor responsibilities, ensuring compliance with federal regulations. The careful structuring of the solicitation highlights the project's complexity and the Forest Service's commitment to ensure a professionally executed contract.
    The USDA Forest Service is conducting an HVAC remodel at the Spanish Fork AdSite, focusing on updating mechanical systems while adhering to applicable codes and standards. The project involves comprehensive demolition and reconstruction of HVAC systems, including the installation of new piping, ductwork, and related equipment, ensuring compliance with the 2018 International codes and the Americans with Disabilities Act guidelines. The contract stipulates that all necessary measures for quality control, testing, and inspections are to be executed by the contractor, including a detailed quality control plan and as-built drawings upon project completion. Payment for this work is lump sum based on a schedule of items, with no separate measurement for incidental tasks like waste disposal and selective demolition. The project emphasizes strict adherence to safety regulations and the importance of coordination between various trades to minimize disruptions. The overall objective is to enhance building efficiency and safety through systematic upgrades and by ensuring all systems are properly tested and maintained throughout the project's lifecycle.
    The government file outlines wage determinations applicable to building construction projects in Utah County, Utah, under the Davis-Bacon Act. It specifies minimum wage rates that contractors must pay based on contract types relating to federal government work, which are influenced by Executive Orders 14026 (enacted in January 2022) and 13658 (enacted between January 2015 and January 2022). Relevant information includes wage classifications for various trades, such as electricians, carpenters, plumbers, and laborers, with specified rates and fringe benefits. Additionally, the file discusses contractor requirements for submitted classifications and wage compliance, along with the annual adjustments to the minimum wage. It also covers the appeals process for wage determination disputes, directing inquiries to appropriate divisions within the Department of Labor. Overall, this document serves as a guideline to ensure fair wages for workers involved in federally funded construction initiatives, aimed at promoting worker protection and compliance with federal standards.
    The provided document outlines a floor plan for the Spanish Fork Trailer, detailing the replacement of an existing 4-ton air conditioning (AC) unit with a new unit, as well as the installation of a second 4-ton unit at a specified location. The renovation will involve coordination between the contractor and the Contracting Officer Representative (COR) regarding the locations of mini-split units. The floor plan includes various features such as door placements, vent locations for upper and lower pass-thrus, and power service details. This project is part of broader renovation efforts overseen by the United States Department of Agriculture Forest Service within the Uinta-Wasatch-Cache National Forest, specifically for the Spanish Fork Ranger District. The document serves as a technical reference for contractors bidding on or executing the renovation, reflecting the requirements and standards mandated by government specifications for facility upgrades.
    The document outlines a Request for Proposals (RFP) for the supply and installation of an HVAC system at the SF Ad Site. It specifies various items, including different capacities of indoor ductless units, an outdoor unit, electrical components, and demolition labor. Each item has a designated quantity, and the contractor is instructed to provide quotes for only the listed items, which will be used for determining total costs. Payment terms are specified, stating that bond premiums should be included in the mobilization cost and that payments will depend on actual work performed. The purpose of this document is to solicit bids from contractors for a fixed-price construction contract while ensuring clarity on pricing and payment processes. It serves as a structured guide for potential bidders to submit accurate quotations, thereby streamlining the contracting process for the federal project.
    The document outlines a floor plan for a trailer as part of the Spanish Fork ADSITE AC replacement project by the U.S. Department of Agriculture Forest Service. It specifies requirements for the trailer's dimensions, including minimum and maximum ceiling heights, and details about existing and proposed HVAC units, such as the replacement of a 4-ton air conditioning unit with a new one. The plan includes locations for additional mini-split units, electrical conduits, and vent placements. The design representation emphasizes the trailer's intended features and the necessary modifications to meet project requirements. This document serves as a blueprints for initiating construction efforts in compliance with federal standards while updating essential facility infrastructure in the Uinta-Wasatch-Cache National Forest area.
    The document outlines an amendment regarding a solicitation for bids, specifically extending the bid submission deadline to May 15, 2025, at 1:00 PM Mountain Time. It emphasizes that offers must acknowledge receipt of this amendment prior to the specified date, indicating that failure to do so may lead to rejection of the offer. The amendment provides guidance on how bidders can acknowledge receipt, either by completing specified items and returning the document or through a separate notification referencing the amendment. The document details necessary identification codes, submission requirements, and the ramifications of not adhering to the amended timeline. It serves as a formal notification to potential contractors involved in the federal procurement process, ensuring compliance with submission protocols while facilitating an updated timeline for bid preparation due to the need for clarification and revised schematics. This amendment is significant for maintaining the integrity and competitiveness of the procurement process.
    This document is an amendment to a solicitation related to a federal contract, detailing requirements for acknowledgment from contractors regarding this amendment. Contractors must acknowledge receipt by specified methods prior to the deadline to avoid rejection of their offers. Key updates in this amendment include responses to questions from bidders, an updated schematic, an extension of the bid due date to May 21, 2025, at 1:00 PM Mountain Time, the posting of project area photos, and an updated Schedule of Items. The amendment serves to modify an existing contract, specifying that, except for changes outlined, all other terms remain unchanged. This document highlights critical procedural aspects for contractors involved in federal solicitations and emphasizes compliance with deadlines and acknowledgment protocols, essential for procurement processes at federal, state, and local levels.
    This document outlines the electrical components related to a trailer, specifically focusing on the power pole and electrical panel located at the front. It mentions the existing air conditioning unit and furnace at the back of the trailer, suggesting the need for electrical connectivity and possibly upgrades or maintenance. The content indicates a technical perspective that is relevant for evaluations or proposals that might involve electrical systems work. The inclusion of equipment specifics implies a call for expert attention on these components, potentially within a government RFP regarding trailer modifications, energy efficiency, or infrastructure improvements. The document serves as a brief checklist of existing equipment, highlighting the electrical needs for any upcoming federal or state initiatives related to the trailer’s functionality.
    The SF Ad Site HVAC System Project focuses on the installation and retrofitting of heating, ventilation, and air conditioning (HVAC) systems, specifically mini-split units in a trailer setting. Key elements include specified dimensions and installation requirements for the units, which comprise two 18,000 BTU and five 9,000 BTU indoor units along with two 4-ton outdoor units. The routing of line sets and electrical conduits is detailed, mandating insulated and secured installations to deter wildlife interference. The project requires careful disposal of existing HVAC equipment, and any necessary remediation for asbestos or hazardous conditions should be accounted for prior to work commencement. The document confirms the requirement for bonding on projects exceeding $35,000 and indicates that modifications in scope will be negotiated post-award. Construction logistics are addressed, noting the preservation of safety for existing occupants during work and the need for contractor coordination with the Forest Service for access. Temporary HVAC support is deemed unnecessary during upgrades, and care must be taken during installation to maintain aesthetics. The final project timeline is estimated at two weeks, emphasizing the need for proper planning and execution to adhere to federal and local contract regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    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.
    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 in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.