Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
ID: 6913G625Q300011Type: 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 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.

    Files
    Title
    Posted
    The document outlines the provisions for Offeror Representations and Certifications related to commercial products and services in federal contracts. It dictates that offerors must complete specific representations concerning their status as small businesses, veteran-owned businesses, and other classifications relevant to government contracts. Definitions relevant to business classifications, including economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses, are provided. The offeror must confirm the accuracy of their information in the System for Award Management (SAM) and must address various certifications concerning labor practices, tax liabilities, and foreign end products. It details requirements for compliance regarding forced or indentured child labor, assures adherence to the Buy American Act, and outlines responsibilities regarding foreign dealings, particularly with Iran. By following these guidelines, the document establishes a framework to ensure accountability, transparency, and compliance among offerors regarding their operations and business practices. This ensures that government contracting goals for diversity, efficiency, and integrity are met while providing clear guidelines for the preparation of bids and proposals.
    The document presents specifications for the Bryant 580F commercial single-package rooftop gas heating and electric cooling units, part of the DuraPac Series. It offers detailed insights into the unit's features, such as an integrated gas control board with diagnostics, aluminized heat exchangers, and various efficiency options designed for both heating and cooling applications. Key components include a quiet, efficient operation with advanced fan designs and heat exchanger technology ensuring optimal performance and energy efficiency, meeting stringent California NOx standards. The units are designed for easy installation and maintenance, with various factory-installed options like economizers for enhanced indoor air quality and energy savings. This technical document serves as a comprehensive guide for potential buyers, contractors, and government entities involved in RFPs and grant submissions, outlining crucial capacities, physical data, optional accessories, and installation requirements. It emphasizes the importance of safety measures integrated into the design, such as heat limit switches and flame rectification sensors, ensuring reliability while prioritizing user comfort. Overall, the document reflects a commitment to high-performance HVAC systems suitable for commercial applications in compliance with regulatory standards.
    The document outlines the specifications and performance summary for Rooftop Unit RTU-1 involved in the DOT Boston project, prepared on August 20, 2024. It provides details on the unit model, dimensions, weight, heating type, airflow, cooling capacity, and energy efficiency ratings. The rooftop unit is designed for single-circuit, single-stage cooling with features aimed at maintaining optimal humidity levels. Additional sections highlight the certified drawings of the unit and its performance metrics, including refrigerant type, electrical data, and noise levels produced during operation. Key details include the unit's power requirements, acoustic measurements at different frequency bands, and warranty information. Also, it emphasizes that no warranties were selected. Overall, the document serves as a comprehensive technical reference for the installation and operational parameters of RTU-1 within the governmental scope of the DOT Boston initiative, reflecting federal oversight in public infrastructure projects.
    The Department of Transportation has outlined a project for the replacement of the HVAC system at Building #2410, Joint Base Cape Cod, Massachusetts. This initiative, scheduled to be completed by December 5, 2024, includes detailed plans for demolition, installation, and system integration. Key components involve removing the existing rooftop unit (RTU-1), implementing a new RTU system with advanced control mechanisms, and ensuring compliance with safety and regulatory standards, notably NFPA codes and local building ordinances. The project emphasizes comprehensive demolition notes, requiring contractors to maintain public safety, provide protective measures against dust and debris, and manage hazardous materials according to OSHA regulations. It also specifies the installation of new HVAC equipment that includes features for optimal energy efficiency and operational reliability, such as a smart thermostat and a system capable of remote monitoring. Additionally, the document contains schematics for mechanical and electrical plans, which detail the project layout, equipment specifications, and installation procedures, ensuring precise execution and quality control. Overall, this project reflects the government's commitment to improving facility conditions while ensuring safety and regulatory adherence throughout the construction process.
    The Department of Transportation (DOT) is initiating an HVAC Replacement Project at Building #2410 located at Joint Base Cape Cod, Sandwich, MA, with a completion date set for December 5, 2024. This project entails extensive modifications, including demolition, asbestos encapsulation, roofing, and the installation of new mechanical systems and interior upgrades. The project is overseen by the Commonwealth of Massachusetts' Executive Office of Public Safety & Security and the USDOT Volpe Center. Addressing critical infrastructure needs, the project emphasizes coordination among contractors, adherence to state and federal safety regulations, and specific work restrictions to minimize disruption during operation. Key components include comprehensive project management, a rigorous scheduling process for inspections, and a structured payment procedure requiring proper documentation and adherence to milestone dates. The project also mandates the recycling and salvaging of materials, ensuring compliance with environmental management protocols. Overall, the undertaking seeks to upgrade building systems, enhance safety measures, and ensure operational efficiency while maintaining accessibility for government and public use throughout the schedule.
    The Volpe National Transportation Systems Center is seeking construction services for the replacement of an inoperable rooftop HVAC unit at Building #2410, Joint Base Cape Cod (JBCC), Massachusetts. This project serves the United States Air Force (USAF) and Federal Aviation Administration (FAA), and entails the removal and installation of a natural gas-fired HVAC unit, including necessary electrical connections and airflow balancing. The contractor is responsible for providing all labor, materials, and equipment, as well as maintaining a construction schedule with weekly updates. Due to JBCC being a secure military facility, access arrangements must be pre-established. Evaluation of proposals will focus on past performance and cost efficiency, requiring submissions of relevant recommendations from the past decade. Acceptance criteria and closeout procedures are outlined in the project specifications. This RFP reflects the federal government's aim to maintain functionality and safety in transportation system operations through efficient facility management.
    The U.S. Department of Transportation's Volpe National Transportation Systems Center is issuing a Request for Quotation (RFQ) for construction services. The project entails replacing an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building #2410, Joint Base Cape Cod, to support functions related to GPS capabilities for the USAF and FAA. This RFQ, number 6913G625Q300011, seeks quotations between $25,000 and $125,000 and is set aside for small businesses under NAICS Code 238220 ($19 million size standard). A site visit is scheduled for February 7, 2025, for interested vendors, and responses are due by 4:00 PM EST on February 21, 2025. Bidders must submit technical and price proposals, including their capability to meet the Statement of Work requirements and past performance evaluations. The selection process will follow a Lowest Price Technically Acceptable (LPTA) approach, aiming for a single award to the lowest priced offer that meets technical and performance standards. Key completion date for the project is set for November 28, 2025. Compliance with various federal regulations and requirements is mandatory.
    The document outlines a Request for Proposal (RFP) issued by the Volpe National Transportation Systems Center for the removal and replacement of a heating, ventilation, and air conditioning (HVAC) unit at Building #2410, Joint Base Cape Cod. The procurement aims to address the failure of the existing HVAC system, ensuring compliance with relevant specifications and standards. It emphasizes the importance of the project’s execution in accordance with the Statement of Work and construction drawings. The RFP includes administrative details such as the due date for offers, contact information for queries, and the solicitation number. It specifies eligibility criteria and requirements for prospective contractors, highlighting an emphasis on small businesses, including those owned by service-disabled veterans and economically disadvantaged individuals. The solicitation seeks detailed proposals by January 8, 2025, with a delivery schedule to be determined. The document is part of standard federal procedures for contracting, adhering to the Federal Acquisition Regulation (FAR) to ensure fair competition and procurement integrity. Overall, this RFP signals the federal government's commitment to maintaining and upgrading essential infrastructure at military installations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ductless Mini-Split Heating & Cooling System for DCR Room at Joint Base Cape Cod Bldg #2410
    Buyer not available
    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.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    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.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    Replace HVAC Units - Hubbell Trading Post NHS (HUT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. This project, identified under solicitation number 140P1525Q0037, involves the removal of existing HVAC units ranging from 1.5 to 5 tons and the installation of new units, adhering to specific guidelines outlined in the Statement of Work. The work is critical for maintaining the site's operational efficiency and comfort, with a total small business set-aside established under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. Contractors must submit sealed bids by March 6, 2025, with project completion expected within 90 days of the Notice to Proceed, and are required to comply with Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. For further inquiries, interested parties can contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    Replace FCU & AHU B1317, Patrick SFB, FL
    Buyer not available
    The Department of Defense, through the U.S. Space Force's 45th Contracting Squadron, is seeking bids for the replacement of fan coil units and air handling units at Patrick Space Force Base in Florida. This project involves the removal of existing HVAC equipment and the installation of new units, with a focus on compliance with the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to last 90 days, commencing ten days after the issuance of a Notice to Proceed. Interested contractors should prepare for a bid proposal release around February 20, 2025, with bids due 30 days later, and are encouraged to contact SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or 321-494-5226 for further details.
    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.
    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.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.