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 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.
    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.
    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.
    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.
    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 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.
    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
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.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.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    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.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.