Z--RELOCATE CHILLED WATER PUMP
ID: 140P8225B0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is soliciting bids for the relocation of a chilled water pump at the Pearl Harbor National Memorial in Oahu, Hawaii. This project involves constructing a new concrete pad and enclosure for the pump, as well as upgrading electrical connections and ensuring compliance with safety and operational standards. The relocation is part of a broader initiative to enhance infrastructure efficiency while minimizing disruption to park visitors and preserving the site's natural and cultural resources. The contract, set aside for small businesses, has an estimated value between $500,000 and $1,000,000, with bids due by July 14, 2025, and a performance period running from August 1, 2025, to March 29, 2026. Interested contractors can contact Michael Davidson at michael_davidson@nps.gov or by phone at 808-285-1885 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pearl Harbor National Memorial in Oahu, Hawaii, is initiating a project to relocate the chilled water pump from its current location in the basement of the theater building due to accelerated wear and difficulty in maintenance. This involves constructing a new concrete pad and enclosure and pulling new power from an electrical panel. The project will adhere to specific construction and operational guidelines set by the National Park Service (NPS), ensuring resource protection, compliance with regulations, and minimal disruption to park visitors. Key elements include restrictions on work hours, maintaining site safety, and avoiding environmental disturbance. Stakeholder cooperation will be essential to prevent conflicts with ongoing operations in the park. The document outlines a detailed construction plan, emphasizing the necessity of permits, safety requirements, and coordination efforts to manage the work efficiently while meeting all applicable codes and standards. Overall, this project highlights the NPS's commitment to maintaining infrastructure while preserving the area's natural and cultural resources.
    The document outlines the requirements and responsibilities for a construction project related to the installation of mechanical systems in a theater building. The contractor must perform a site inspection prior to bidding and address any discrepancies with the contracting officer. It emphasizes that all installation work must comply with current codes and standards, including the International Code Council's suite and NFPA 70, effective January 1, 2024. Key tasks include verifying equipment clearances, providing shop drawings, and ensuring proper fire-safety measures in wall and floor penetrations. The construction work is restricted to non-operational hours for air conditioning due to the building's daily use. Moreover, the summary suggests a sequence of construction steps and highlights the necessity for effective coordination with other trades to ensure successful execution and minimal disruption to ongoing operations. This document serves as a guideline for compliance and operational efficiency during mechanical installations for the federal project, showing an adherence to safety regulations and standard operational protocols.
    The document outlines the Contract Price Schedule for solicitation number 140P8225B0002 related to the relocation of the Chilled Water Pump at Pearl Harbor National Memorial. It specifies that bidders must submit an offer that complies with the solicitation documents, including pricing for base line items. The schedule requires lump-sum line items with total prices only, while unit-priced items necessitate unit prices and extended totals. The document emphasizes that in cases of calculation errors, unit prices take precedence over extended prices. There are two contract line items: one for relocating the chilled water pump and another for furnishing and installing a shed-type roof, each with a quantity of one and listed as lump-sum (LS). The overall aim is to facilitate clear pricing and adherence to federal acquisition regulations during the bidding process for the project, ensuring compliance and accuracy in proposals submitted by contractors. This structured approach is standard for RFPs in government contracts, ensuring transparency and competitive bidding.
    The document outlines Standard Form 25A, a payment bond required for contracts involving labor and materials funded by the U.S. federal government. The bond ensures that the principal, a contractor, has the financial capacity to fulfill payment obligations to those supplying labor and materials. It includes sections for identifying the principal and sureties, specifying the contract details, and exposure limits of liability. The form must be executed consistently with federal regulations, requiring signatures, corporate seals, and adherence to the Department of Treasury's approved surety list. The obligations outlined state that the bond becomes void upon timely payment to all suppliers, reinforcing the protection of individuals and entities involved in the contractual work. The document is a crucial component of federal procurement processes and plays an integral role in safeguarding stakeholders' interests during project execution.
    The document presents the Performance Bond, a formal agreement between the Principal, Surety(ies), and the United States Government. It outlines conditions under which the bond obligation becomes void, primarily revolving around the Principal's fulfillment of contract terms and payment of taxes as mandated. The sureties assume joint and several liabilities for the penal sum indicated, ensuring financial security for the Government regarding the contract. It specifies requirements for signing, including the need for corporate seals from executing sureties and the importance of authorized representatives. Instructions also highlight the necessity for the Principal to provide evidence of authority when represented by someone other than a firm member or corporate officer. Furthermore, the document adheres to the Paperwork Reduction Act, indicating compliance with governmental reporting regulations. This bond is critical in the context of federal RFPs and grants as it safeguards against non-performance in contracts and ensures tax compliance in federally funded projects. Overall, the Performance Bond is a foundational legal instrument that protects government interests and ensures contractor accountability.
    The document outlines the General Wage Rate Determination for federal construction contracts in Hawaii, effective from April 18, 2025. It covers various types of construction, including residential and highway projects, and emphasizes compliance with the Davis-Bacon Act, which mandates the payment of minimum wage rates under Executive Orders 14026 and 13658 for workers in covered contracts. The wage rates for numerous classifications of laborers, skilled trades, and machinery operators are detailed, with specific amounts for base pay and fringe benefits. Additionally, the document provides guidelines for contractors regarding the classification of workers and procedures for wage determination appeals. These wage determinations serve as a critical component in federal RFPs and grants, ensuring that workers receive fair compensation and that contractors adhere to established labor standards. The comprehensive details included in this determination reinforce the government's commitment to protecting worker rights while executing construction projects across Hawaii.
    The document outlines the requirements and responsibilities for contractors engaged in construction projects involving mechanical installations, specifically for chilling water systems in a theater building that operates continuously. Contractors must inspect sites before bidding, coordinate with the contracting officer on discrepancies, and ensure compliance with current codes and standards adopted by the National Park Services as of January 1, 2024. Key duties include verifying equipment clearances, providing shop drawings, and executing proper fire stopping for penetrations. A suggested construction sequence emphasizes maintaining the operational integrity of existing chilled water pumps, implementing bypass systems during installation, and ensuring minimal disruption to the building's operations, especially during business hours. The document highlights the importance of coordination across trades and ensures all work adheres to safety protocols, particularly for confined spaces. These comprehensive guidelines are essential to facilitate a successful project outcome while ensuring compliance with federal standards and minimizing operational interruption for the theater.
    The project at Pearl Harbor National Memorial involves the relocation and replacement of a chilled water pump in the theater building, addressing issues caused by accelerated wear and confined space challenges. The work includes removing the existing pump and related components, constructing a new concrete pad and enclosure, and trenching for electrical supply. The contract requires adherence to specific safety, environmental, and operational standards, including public access management and the preservation of resources within the national park. Key provisions include work being conducted during established hours, maintaining park regulations, and preventing the introduction of invasive species. The contractor must also comply with various permitting requirements and coordinate operations with other contractors to minimize disruptions. Close relationships with National Park Service (NPS) personnel are crucial for inspections and compliance with regulatory standards, ensuring the project's success within the broader context of federal RFPs and park preservation efforts. This initiative reflects the government's commitment to maintaining and upgrading national memorials while safeguarding historical and ecological resources.
    The document discusses the existing HVAC control panel situated in the theater projection room. It outlines the need for potential upgrades or replacements to enhance the efficiency and functionality of the heating, ventilation, and air conditioning system within this specific area. The emphasis is on the importance of maintaining optimal environmental conditions for equipment and audience comfort while addressing any outdated components. The report serves as a preliminary assessment for future requests for proposals or funding opportunities aimed at improving HVAC systems, thus aligning with broader government initiatives to modernize facilities and ensure compliance with current standards. This evaluation forms an essential foundation for subsequent steps in the planning and execution of necessary renovations or enhancements.
    The document outlines mechanical plans specific to the closure of bypass valves and capping chilled water (CHWR) lines in a facility upgrade. Key components include existing copper tubing chilled water lines that require new insulation, which will also be applied to all new equipment such as the chilled water pump, air separator tank, and expansion tank. The plans detail the retention of existing chilled water pipes, specifying the requirement for insulation shields at pipe hangers and upgrades to mechanical enclosures. Additionally, the document includes explicit instructions regarding electrical connections, indicating the necessity for a disconnect switch for the chilled water pump and the inclusion of a control conduit. This project appears to be part of a broader infrastructure enhancement initiative, aligned with best practices for maintenance accessibility and system efficiency. Compliance with safety protocols and mechanical standards is emphasized, ensuring that all modifications are made with professional oversight. Overall, the document serves as a technical guide for engineers involved in the mechanical upgrades, emphasizing the upgrade's significance within the framework of government-related procurement processes.
    The document outlines modifications to the chilled water system at a theater building, focusing on the integration of a new chilled water pump (CHWP) with existing infrastructure. The existing chilled water pump control sequence will remain unchanged, allowing the new CHWP to be controlled by the existing time clock that operates all air handling units. The installation includes manual operation via H-O-A switches located in the projection room, ensuring compatibility with existing systems. Additionally, the document specifies the removal of old chilled water piping and the installation of new piping to close the loop, emphasizing the need for careful disconnection of existing systems after the new pump is operational. Other elements mentioned include valves, pressure regulators, and an automatic air vent. The schematic provides crucial details for the new chilled water setup in the existing chiller enclosure and theater basement, necessitating work within these areas. This project aligns with local governmental initiatives to enhance facility efficiency and maintain compliance with engineering standards.
    The document addresses the necessity of an existing shut-off valve for an 8-inch water line. It is likely a part of a Request for Proposals (RFP) focusing on infrastructure maintenance or upgrades relevant to local or state government projects. Key points include the importance of the shut-off valve for controlling water flow, maintenance considerations, and compliance with federal or local plumbing regulations. The document underscores the need for detailed specifications on the installation or upgrade process, which may involve bidding from contractors to ensure they meet required standards. The purpose of this RFP is to solicit proposals for services related to the assessment, installation, or maintenance of the shut-off valve, emphasizing efficiency and regulatory adherence in public infrastructure management.
    The document discusses the current location of an HVAC time clock, which is likely part of a broader effort to monitor and manage heating, ventilation, and air conditioning systems within federal or state facilities. It emphasizes the significance of understanding the existing infrastructure for both operational efficiency and financial planning in future HVAC-related projects. Identifying the precise location of the time clock aids in the maintenance and scheduling of HVAC operations, potentially impacting energy consumption and regulatory compliance. This information is essential for responding to federal RFPs or state/local grants associated with infrastructure improvements, ensuring that all operational components are accounted for when proposing enhancements or replacements. Overall, the document underscores the importance of precise HVAC management as part of broader facility management in the context of governmental requirements and operational efficiency.
    The document outlines the specifications for relocating a chilled water pump at the Theater Building within the Pearl Harbor National Memorial in Oahu, specifically focusing on the installation of underground ducts and raceways for electrical systems. It includes details about the types of PVC raceways, fittings, and duct sealing materials to be used, ensuring compliance with relevant regulations such as NFPA 70. The section emphasizes preparation for underground installations, including coordination with existing utilities and landscaping concerns. Earthwork requirements dictate excavation, backfilling, and restoration of disturbed areas, ensuring sustainable site management. Installation guidelines adhere to standards set by organizations like NEMA and include specific recommendations for duct placement, spacing, and testing procedures to ensure quality control. Overall, this document serves to facilitate the safe and effective installation of electrical infrastructure essential for the infrastructure upgrades at the memorial site, aligning with federal compliance standards and project execution guidelines.
    The document is an amendment to a solicitation (140P8225B0002), significantly adjusting the timeline of proposals for a government contract. The amendment extends the deadline for proposal submissions to July 9, 2025, at 12 PM Hawaii Time, with a period of performance from July 14, 2025, to December 11, 2025. It outlines the procedures contractors must follow to acknowledge receipt of the amendment, emphasizing the importance of timely notification and the consequences for not adhering to instructions. Additionally, it mentions that the overall terms and conditions of the original solicitation remain unchanged unless modified herein. The amendment serves to ensure that all parties are fully informed of the new deadlines and operational periods, allowing for an organized continuation of the contracting process within federal government parameters. This clarity is vital within the context of RFPs and government contracting to promote adherence to procedural requirements and facilitate successful engagement with contractors.
    The document outlines Amendment 02 to solicitation number 140P8225B0002, which extends the proposal due date to July 14, 2025, at 12 PM HT, and addresses several Requests for Information (RFIs) related to a contract modification concerning the relocation of a chilled water pump. Key amendments include extending the performance period from 150 to 240 calendar days due to procurement delays, clarifications regarding valve specifications, and confirmation of equipment installation requirements. Additionally, it highlights acceptable methods for construction within confined spaces, addresses soil testing and potential contamination issues, and delineates contractor responsibilities for removal of existing plants. The amendment reflects ongoing communication between the National Park Service (NPS) and contractors, ensuring adherence to specifications while adapting to site conditions. Notably, the period of performance for this contract is set from August 1, 2025, to March 29, 2026, underscoring the project's emphasis on timely execution and compliance with applicable regulations in facility maintenance and restoration.
    The document is an amendment to solicitation number 140P8225B0002, issued to inform contractors of updated procedures regarding bid submissions and modifications. It emphasizes that offers must acknowledge receipt of the amendment before the specified deadline, using specific communication methods. This amendment includes details about the virtual bid opening scheduled for July 15, 2025, at 12:00 PM Mountain Time, providing a Microsoft Teams link and passcode for access. The period of performance for the associated contract runs from August 1, 2025, to March 29, 2026. Additionally, it clarifies that all prior contractual terms remain unchanged unless stated otherwise. The document serves to maintain clarity and compliance among contractors participating in the bidding process, ensuring they have the necessary information to submit and modify offers accurately.
    The document is an Invitation for Bid (IFB) for the project titled "Relocate Chilled Water Pump at Pearl Harbor National Memorial," emphasizing a 100% Small Business Set-Aside. The proposed project range is between $500,000 and $1,000,000, with a NAICS code of 237110. A site visit is scheduled for June 12, 2025, and bidders must register in advance. Bids must be submitted electronically to a specified email address in a single PDF, with stringent requirements for content and attachments, including a signed Standard Form 1442. The contractor must begin work within 7 days after receiving the notice to proceed and complete it within 150 days. Additional provisions define contractor responsibilities, including obtaining performance bonds. The contract emphasizes compliance with various federal clauses and the importance of a pre-bid meeting for addressing any questions, which must be submitted in writing before June 19, 2025. Finally, the document outlines specific performance evaluations and past performance assessments using the Contractor Performance Assessment Reporting System (CPARS) to ensure accountability in government contracting. Overall, this solicitation aims to secure effective contractor engagement while adhering to federal regulations and promoting small business participation.
    Similar Opportunities
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is seeking letters of interest from prime contractors for a potential Design-Bid-Build construction project focused on maintenance dredging and revetted mole repair at Haleiwa Small Boat Harbor in Oahu, Hawaii. The project aims to restore the harbor to its authorized depths and ensure safe vessel navigation by conducting mechanical clamshell dredging to remove approximately 4,500 cubic yards of accumulated sediment, alongside necessary repairs to the revetted mole structure. Interested contractors must demonstrate relevant experience and capabilities, with an estimated project value between $2 million and $5 million, and responses are due by 2:00 p.m. Hawaii Standard Time on December 24, 2025, to the designated contacts, Jenna Lum and Jennifer Ko.
    PLA – Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580, Schofield Barracks, Oahu, Hawaii
    Dept Of Defense
    The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLAs) for the large-scale construction project titled "Relocate Schofield Barracks Deep Wells Above Ground, Bldg 1580" in Oahu, Hawaii. This design-bid-build project involves drilling four wells approximately 800 feet deep and 24 inches in diameter, with the goal of managing peak water demand at Schofield Barracks during the summer months. The project is significant, exceeding $35 million, and is subject to new regulations mandating the use of PLAs for federal construction projects of this scale starting January 22, 2024. Interested parties are invited to submit their comments and responses to specific questions regarding the use of PLAs by January 5, 2026, at 2:00 p.m. Hawaii Standard Time, via email to Christie Lee and Jennifer Ko, with the notice identification number W9128A-26-Z-0003 included in the subject line.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.