Z--HOME - Replace Geothermal HVAC in Education Center
ID: 140P6025B0003Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR MIDWEST REGION(60000)OMAHA, NE, 68102, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS (Z2CZ)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 5:00 PM UTC
Description

The National Park Service (NPS) is seeking qualified contractors for the replacement of the geothermal HVAC system at the Education Center located in Beatrice, Nebraska. The project involves replacing three existing water-to-air heat pumps, adding a new heat pump for the curator storage space, and making necessary modifications to ductwork, controls, and electrical systems to enhance environmental control. This initiative is crucial for maintaining the facility's operational efficiency and comfort, with an anticipated construction cost between $250,000 and $500,000, and work expected to commence in Summer 2025. Interested contractors must respond to the market survey by April 14, 2025, via email to Bridget Parizek at bridget_parizek@nps.gov, including the reference number 140P6025B0003 in the subject line.

Point(s) of Contact
Parizek, Bridget
(402) 800-7927
(580) 622-2296
Bridget_Parizek@nps.gov
Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The National Park Service is seeking contractor interest for the potential replacement and rehabilitation of the Lower District Maintenance Shop at St. Croix National Scenic Riverway, referenced as project 140P6025B0005. The project includes extensive exterior and interior repairs, such as removing and replacing siding, roofing, windows, and doors, alongside HVAC system upgrades. The anticipated construction cost ranges between $250,000 and $500,000, with a planned start in Summer 2025. Contractors must meet small business designations under NAICS code 236220 and provide relevant details, including bonding capacities and capability statements, to be considered. This market survey is an informational gathering effort, not a formal solicitation for bids. Responses should be submitted via email by April 10, 2025, highlighting necessary qualifications and company details, with guidance to refer to SAM.gov for future solicitations. The market survey aims to assess contractor capabilities and interest in fulfilling the project's requirements while ensuring federal compliance and standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
45--Supply, Deliver and Install Mini HVAC Unit, Whiske
Buyer not available
The National Park Service (NPS) is seeking qualified small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler at the Oak Bottom Beach Store, requiring the contractor to manage the removal of the old unit, installation of a new mini-split condenser, and training for concession staff, all within a completion deadline of 21 days post-contract award. This procurement is crucial for maintaining climate control and operational efficiency in the park's facilities, ensuring compliance with environmental and safety regulations. Quotations are due by April 30, 2025, with the performance period ending on May 23, 2025. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
Fan Coil Unit Replacement
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking bids for the Fan Coil Unit Replacement project at the First Ladies National Historic Site in Canton, Ohio. The project involves replacing multiple fan coil units in a six-story building, requiring contractors to provide all necessary labor, materials, and equipment, with work anticipated to commence in June 2025. This initiative is crucial for maintaining the building's mechanical systems while adhering to historical preservation standards. The estimated contract value ranges between $500,000 and $750,000, and interested small businesses must submit their sealed bids by May 21, 2025. For further inquiries, contact Craig D. Bryant at craigbryant@nps.gov or call 330-468-2500 x6.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
J--MACA-UPGRADE INADEQUATE VC HVAC CONTROLS
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to upgrade the HVAC control system at the Mammoth Cave National Park Visitor Center in Kentucky. The project involves a comprehensive inspection, software and hardware upgrades, system balancing, and operator training to ensure the long-term functionality and efficiency of the HVAC system. This initiative is crucial for maintaining comfort and operational efficiency for both staff and visitors while reducing energy consumption. Interested small businesses must submit their quotes by May 7, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
Z--FOSC CHIMNEY RE-POINTING ON 9 STRUCTURES
Buyer not available
The National Park Service (NPS) is conducting a market survey to assess vendor interest and capability for a masonry project involving the re-pointing of brick chimneys and other masonry work on multiple buildings at the Fort Scott National Historic Site in Bourbon County, Kansas. The project requires vendors to provide all necessary labor, materials, tools, and equipment, with an estimated contract value between $100,000 and $250,000. This market survey is a preliminary inquiry and does not constitute a formal solicitation; interested vendors must respond separately to future announcements on SAM.gov. Responses to the market survey are due by 12:00 PM ET on April 29, 2025, and should be directed to Colette Riegelmayer at coletteriegelmayer@nps.gov, including the reference number 140P6425B0011 in the subject line.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Offutt AFB HVAC Control System Upgrade
Buyer not available
The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.