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
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 26, 2025, 9:00 PM UTC
Description

The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotations for the removal and replacement of an inoperable rooftop HVAC unit at Building #2410, Joint Base Cape Cod, Massachusetts. The project aims to enhance operational efficiency for the United States Air Force and Federal Aviation Administration by installing a new natural gas-fired HVAC system, which includes necessary electrical connections and airflow balancing, while adhering to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with a budget range of $25,000 to $125,000, and proposals are due by 4:00 PM EST on February 26, 2025. Interested contractors can contact Patricia Barnett at patricia.barnett@dot.gov or Matthew Phelps at matthew.phelps@dot.gov for further information.

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.
Feb 21, 2025, 11:04 PM UTC
The document outlines an amendment to solicitation number 6913G625Q300011, issued by the Volpe National Transportation Systems Center, focusing on providing clarifications and responses to vendor inquiries regarding an upcoming project. Key points include the requirement for contractors to be registered in SAM to receive awards and the clarification that ductwork is not included in the work scope; only specified equipment is to be bid. Additionally, it specifies no VAV controls are present in the applicable building. The existing HVAC system details, including installation date and specifications, are also noted, requiring maintenance manuals to be submitted electronically rather than in hardcopy. The contract modification enforces procedural compliance, ensuring all adjustments and responses adhere to federal procurement standards. This amendment demonstrates ongoing communication between the government entity and contractors, establishing clarity in project expectations and contractual obligations.
Feb 21, 2025, 11:04 PM UTC
The document outlines an amendment to a solicitation regarding a construction project under solicitation number 6913G625Q300011. The primary purpose of this amendment is to incorporate updated wage rates and provide responses to vendor inquiries related to the project. Key changes include confirmation that the contractor is solely responsible for the provision of necessary equipment, such as cranes, as well as clarifications regarding project specifications, including the exclusion of asbestos-related work and specific construction tasks. Additionally, the amendment emphasizes that the project will adhere to prevailing wage laws under the Davis-Bacon Act, ensuring compliance with Executive Orders aimed at establishing minimum wage standards. The document includes detailed wage determinations for various construction labor classifications across Massachusetts, highlighting the rates and additional fringe benefits applicable. This amendment serves as an essential reference for contractors involved in federal projects, ensuring they are informed of wage obligations and project responsibilities while maintaining compliance with federal regulations and labor standards in the bidding process.
Feb 21, 2025, 11:04 PM UTC
This document serves as Amendment 0003 to solicitation number 6913G625Q300011, issued by the Volpe National Transportation Systems Center. The primary purpose of the amendment is to provide a missing attachment from a previous amendment and to extend the due date for submissions to February 26, 2025, at 4:00 PM Eastern Time. It outlines the necessary steps for contractors to acknowledge receipt of this amendment and specifies that any previous offers remain valid unless a revised quote is submitted by the updated deadline. The amendment also emphasizes that all other terms and conditions from the original solicitation remain unchanged. This document highlights the critical administrative processes involved in modifying contracts and soliciting bids in federal procurement, ensuring compliance and clarity in the proposal process.
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.
Feb 21, 2025, 11:04 PM UTC
Feb 21, 2025, 11:04 PM UTC
Feb 21, 2025, 11:04 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
The document outlines the General Decision Number MA20250001, effective February 7, 2025, pertaining to wage determinations for building construction projects in select counties of Massachusetts. It details wage rates mandated under the Davis-Bacon Act and related Executive Orders for various trades—including insulators, laborers, electricians, plumbers, and carpenters—across multiple geographic zones. The minimum wage compliance varies based on the contract's award date in relation to Executive Orders 14026 and 13658, with specific rates ranging from $17.75 to $69.75 per hour depending on the type of work and region. Furthermore, provisions for paid sick leave under Executive Order 13706 and the classification appeal process are also described. This document is integral for contractors and subcontractors participating in government-funded construction projects, ensuring adherence to fair labor standards and local wage regulations across Massachusetts.
Feb 21, 2025, 11:04 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
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.
Feb 21, 2025, 11:04 PM UTC
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
HVAC System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for an HVAC system under solicitation number FA9101-25-Q-B038, targeting small businesses. The procurement aims to provide a high-velocity HVAC system essential for maintaining operational temperature ranges during rocket sled testing at Holloman Air Force Base in New Mexico. This system must meet specific military standards for performance and durability, ensuring reliable operation in challenging desert conditions. Interested vendors must submit their quotes by April 16, 2025, at 10:00 a.m. MST, and comply with all necessary provisions, including registration in the System for Award Management (SAM). The total contract value is estimated at $19,000,000, with delivery required within 60 days post-award. For further inquiries, vendors may contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil.
Non-personal HVAC Maintenance for Taunton RDA Site
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal HVAC maintenance services for the National Weather Service's Radar Data Acquisition (RDA) site in Taunton, Massachusetts. The procurement involves comprehensive maintenance services, including all necessary labor, materials, and equipment, to ensure the efficient operation of HVAC systems over a five-year period, starting from May 1, 2025, with multiple option years extending through April 30, 2030. This contract is categorized as a total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses while ensuring high-quality service delivery. Interested contractors must submit their quotes electronically by April 18, 2025, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Daikin HVAC VRV Condensing Unit Replacement - JB Andrews MD
Buyer not available
The Department of Defense, through the 316th Contracting Squadron, is seeking quotations from small businesses for the replacement of a defective Daikin HVAC Variable Refrigerant Valve (VRV) Condensing Unit (Model REYQ120PBYD) at Joint Base Andrews, Maryland. The procurement involves removing the existing unit, installing a new one, and ensuring compliance with technical specifications and safety protocols, including adherence to the Service Contract Act wage determination. This project is critical for maintaining efficient HVAC operations within the facility, and a site visit is scheduled for April 15, 2025, with a response deadline for quotes set for April 19, 2025. Interested parties should direct inquiries to Marchie Ca'Merono at marchie.camerono@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil, and must submit their priced responses in accordance with the provided instructions.
Chiller Maintenance and Inspection Buildings 1201, 1646, 1607
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for chiller units located at Hanscom Air Force Base in Massachusetts. The contract encompasses the maintenance, repair, and inspection of six chiller units across three buildings (1201, 1646, and 1607), with a performance period from May 12, 2025, to May 11, 2030. This procurement is critical for ensuring the operational efficiency of HVAC systems at military installations, and contractors must be TRANE certified to perform the required services. Interested parties should submit their proposals, including technical documentation and a completed bid schedule, to the primary contact, Kristin Morrison, at kristin.morrison.1@us.af.mil, by the specified deadlines. The contract is set aside for small businesses under the NAICS code 238220, with a size standard of $19 million.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested contractors must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
NSSC HVAC Maintenance Service Contract
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. This procurement involves comprehensive Heating, Ventilation, and Air Conditioning (HVAC) maintenance services, including routine repairs, emergency services, and duct cleaning, under a Firm Fixed Price Requirements contract with a base period of one year and four optional one-year periods, totaling a maximum of five years. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238220 and a size standard of $19 million. Interested contractors must coordinate site visits on April 8, 2025, and submit their proposals by the specified deadlines, with inquiries directed to Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.
BTV MODERNIZE AIR CONDITIONING AND AIR HANDLING EQUIPMENT FAA AIRPORT TRAFFIC CONTROL TOWER BURLINGTON, VT
Buyer not available
The Federal Aviation Administration (FAA) is seeking to prequalify contractors for the modernization of air conditioning and air handling equipment at the Airport Traffic Control Tower in Burlington, Vermont. The project involves the replacement and upgrade of the HVAC system, including the removal of existing units, installation of new systems, and provision of temporary climate control during the upgrade process. This initiative is crucial for maintaining efficient operational facilities and aligns with the FAA's commitment to modernizing infrastructure. Interested contractors must submit their qualifications, including financial documentation and project references, by the specified deadline, with the contract value estimated at $18.5 million. For further inquiries, contact Rodgers Cox at rodgers.l.cox@faa.gov.
RFP#ISD_366373KMW - Replace 3.0 Ton Hvac Unit – Industrial Building 4 (IB4)
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the replacement of a 3.0-ton HVAC unit at Industrial Building 4 in Batavia, Illinois. This procurement is a Total Small Business Set-Aside and requires contractors to demonstrate at least five years of relevant HVAC experience, compliance with safety regulations, and the submission of both technical and business proposals. The project is part of ongoing efforts to enhance facility operations and ensure compliance with federal standards, with proposals due by April 25, 2025. Interested contractors can reach out to Kody M. Whittington at kwhittin@fnal.gov or call 630-840-6898 for further details.
HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
Buyer not available
The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective of this contract is to enhance indoor air quality and HVAC system efficiency by cleaning Air Handling Unit (AHU) 1 and its associated ductwork, utilizing methods such as steam cleaning and negative pressure duct scrubbing. This project is crucial for maintaining operational efficiency and compliance with health and safety standards in federal facilities. Interested contractors must submit their proposals by April 17, 2025, with a total budget of $9 million allocated for this initiative. For further inquiries, potential bidders can contact Matthew Shofner at matthew.shofner.1@us.af.mil or Claire Hess at claire.hess@us.af.mil.