Z--HOME - Replace Geothermal HVAC in Education Center
ID: 140P6025B0003Type: Presolicitation
AwardedJul 28, 2025
$325.7K$325,662
AwardeeRUTALKN, INC. 716 346TH ST Avoca NE 68307 USA
Award #:140P6025C0004
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)

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 replacement of the geothermal HVAC system at the Homestead National Monument Education Center in Beatrice, Nebraska. The project involves replacing three existing water-to-air heat pumps and adding an additional unit for curator storage, which includes a humidifier, with a total project magnitude estimated between $250,000 and $500,000. This opportunity is a total small business set-aside, emphasizing the government's commitment to engaging small businesses in federal contracting. Interested bidders must submit sealed offers via email by June 30, 2025, and are encouraged to attend a pre-bid site visit; for further inquiries, they can contact Bridget Parizek at Bridget_Parizek@nps.gov or by phone at 402-800-7927.

    Point(s) of Contact
    Parizek, Bridget
    (402) 800-7927
    (580) 622-2296
    Bridget_Parizek@nps.gov
    Files
    Title
    Posted
    The document outlines the plans for the NPS Home Geothermal project at Homestead National Historical Park, focusing on the installation and specification of mechanical, electrical, and plumbing systems. It details tasks such as the demolition and verification of existing conditions, emphasizing contractor responsibilities for adherence to design specifications, local codes, and safety regulations. The drawings provide a comprehensive index of various mechanical systems, including HVAC and plumbing layouts, and specify techniques for managing hazardous materials, should they be encountered during construction. Additionally, the document addresses the requirements for testing, adjusting, and balancing HVAC systems to ensure optimal performance. Emphasizing collaboration among trades and thorough documentation, this project reflects a commitment to enhancing the historical park while maintaining operational efficiency and regulatory compliance.
    This document outlines a government report regarding a contract for construction services by special trade contractors, specifically focusing on the limitations of subcontracting. It details the contract identifiers, service type, and payment amounts to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). The report emphasizes the importance of adhering to the limitation on subcontracting percentage calculations, which are essential for compliance with federal regulations. Key data such as total contract value, performance periods, and amounts paid during these periods are organized across multiple task orders, indicating the government's commitment to monitoring and ensuring fair subcontracting practices. It serves to validate that the prime contractor efficiently engages small businesses while fulfilling contractual obligations. The overall structure includes sections for each task order, with placeholders for specific subcontractor payment details that highlight fiscal transparency and accountability within federal contracting processes.
    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.
    The document addresses inquiries related to a government project, clarifying specifications for equipment, tax status, and construction requirements. It confirms that a substitution for replacement equipment can be made as long as it meets or exceeds the specified standards, which must be evaluated post-award. The project is tax exempt, and while single wall insulation is permissible, insulated double walls are not mandatory for the collection rule. Additionally, it specifies that interior vents do not require air balancing, provided the outside air is balanced as it enters the facility. This information is crucial for bidders to understand project requirements in the context of the federal and local RFP processes, ensuring compliance and alignment with specified criteria.
    The document is an amendment to solicitation number 140P6025B0003, which pertains to the replacement of the Geothermal HVAC system in the Education Center. The primary purpose of this amendment is to communicate the attendance details for a site visit and provide a Questions and Answers section for all interested bidders. It is emphasized that the due date for bids remains unchanged. The document outlines the submission requirements for acknowledging receipt of the amendment and clarifies that changes to already submitted offers can be made via letter or electronic communication before the specified deadline. The authority for the amendment falls under FAR 43.103(b), ensuring that all terms and conditions of the original solicitation stay in effect unless specifically altered in this amendment. The designated contracting officer for this amendment is Bridget Parizek, whose contact information is provided for any inquiries related to the solicitation.
    The document outlines an Invitation for Bid (IFB) regarding the replacement of geothermal HVAC systems at the Homestead National Historic Education Center in Beatrice, Nebraska. The project entails replacing three existing water-to-air heat pumps and adding an additional unit for curator storage that includes a humidifier. This IFB is open to small businesses, as it is a 100% set-aside for such entities, with a project magnitude ranging between $250,000 and $500,000. Bidders must submit sealed offers by email by June 30, 2025, with requirements for performance and payment bonds totaling 100% of the final contract award. The timeline for contract performance is set for 180 days from the notice to proceed, and a pre-bid site visit is encouraged. The document includes provisions on bid submissions, requirements for contractor qualifications, and details on inspection and acceptance protocols. Additionally, it emphasizes compliance with labor standards, safety regulations, and mandatory insurance requirements. This solicitation underscores the government's commitment to employing small businesses while ensuring quality and safety standards in public construction projects.
    Similar Opportunities
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    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.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@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.
    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.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    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--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.
    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.