AOC NETWORK CLOSET HVAC REPAIR
ID: 140P2125Q0073Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for HVAC repair services at the AOC Network Closet located in Herndon, VA. The project involves critical repairs to the HVAC system, including the replacement of a transducer, low-pressure switch, and condenser fan module, necessitated by ongoing low-pressure warnings and maintenance issues. This procurement is vital for ensuring the proper functioning of climate control systems in federal facilities, which is essential for operational efficiency and compliance with government standards. Interested small businesses must submit their quotations by April 9, 2025, with a delivery deadline set for March 22, 2025. For further inquiries, vendors can contact Casey Winters at casey_winters@nps.gov or by phone at 202-354-3980.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation document outlines the requirements for submitting proposals for a government contract, under the terms defined in FAR Clause 52.212-1 and its addendum. Proposals must be directed to Casey Winters via email by the specified deadline, adhering to a maximum file size of 20 MB. Submissions should include a detailed price quote aligned with the provided Contract Line Item Numbers (CLINs) and must not be alternatives. Responses must be received before the closing date to be considered, and all communications must reference the solicitation number (140P2125Q0073). Questions regarding the solicitation need to be submitted in writing to the designated email. Evaluation will follow a Lowest Quote Technically Acceptable (LQTA) methodology, focusing on both pricing and technical acceptability of the proposals. Vendors must be authorized resellers of Microsoft Unified to qualify. The government aims to award the contract to the vendor who submits the lowest priced, technically acceptable quote as evaluated through a sequential comparison of bids. The two main criteria for evaluation are price and technical acceptability, ensuring cost-effectiveness while meeting the specified requirements.
    The AOC HVAC repair Statement of Work outlines the necessary repairs to the HVAC system located at 13461 Sunrise Valley Drive, Suite 200, Herndon, VA. The project is prompted by regular low-pressure warnings and identified issues from recent maintenance that exceed standard upkeep. Key repairs include replacing a transducer, low-pressure switch, and the second condenser fan module on a Stulz CRAC unit. The work is to be completed within one week from the award date by EPA Level III Certified Technicians, who will provide the required materials. Specific parts include a condenser fan motor, a pressure transducer, and a low-pressure switch, all adhering to OEM specifications. Deliverables include service repair in line with manufacturer recommendations and verification of each unit's proper function. This document is framed within the context of government RFPs, highlighting the structured approach to service requirements and compliance standards for federal facilities management.
    The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines minimum wage rates required under the Service Contract Act (SCA) for federal contracts. It specifies that contracts initiated after January 30, 2022, mandate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour if not renewed afterward. The document lists applicable occupations and their corresponding wage rates in the District of Columbia and nearby Maryland and Virginia counties, covering various job classifications in administrative support, automotive services, healthcare, and more. Additionally, it outlines benefits such as health and welfare allowances, paid sick leave under Executive Order 13706, and requirements for uniform provisions. The directory provides a framework for contractors to determine wage and benefits compliance, ensuring fair compensation for labor on federally contracted services. Emphasizing regulatory adherence, the document serves as a reference for contractors navigating federal, state, and local procurement processes.
    The document outlines Request for Quotations (RFQ) No. 140P2125Q0073, issued by the U.S. Department of the Interior, National Park Service, for HVAC repairs at the AOC Network Closet. The RFQ calls for firm-fixed price quotations and encourages submissions from small businesses, classified under NAICS code 238220, with a size standard of $19 million. The deadline for quotations is set for April 9, 2025, with delivery required by March 22, 2025. The document details the specifications for HVAC repairs and outlines the evaluation criteria as "low price technically acceptable." Additionally, the RFQ includes various legal clauses pertaining to federal acquisitions such as compliance with personal identity verification, prohibitions regarding telecommunications and video surveillance services, and requirements for electronic invoicing through the U.S. Treasury's Invoice Processing Platform. It emphasizes that responses are not binding offers and outlines the necessary protocol for submitting inquiries and quotations electronically. The content aims to ensure that contractors understand compliance, procurement regulations, and the necessity for adherence to government standards, promoting transparency and adherence to federal contract stipulations.
    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.
    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.
    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.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    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.
    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.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    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.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).