Z--REPLACE CHILLER AT AM1201 FMO
ID: 140P8525Q0034Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

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

PSC

MAINTENANCE OF HEATING AND COOLING PLANTS (Z1NB)

Set Aside

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

    The Department of the Interior, National Park Service, is soliciting quotes for the replacement of a chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the complete management of the replacement process, including demolition of the existing unit, installation of the new air-cooled package chiller, and staff training on its operation and maintenance. This procurement is set aside for small businesses, with an anticipated contract value between $100,000 and $250,000, and proposals are due by 12:00 PM Pacific Standard Time on June 18, 2025. Interested contractors must direct inquiries to Brian Roppolo at brian_roppolo@nps.gov and ensure compliance with federal regulations and safety standards throughout the project.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior’s National Park Service has issued a Request for Proposal (RFP) for the replacement of an air-cooled package chiller at the Fire Management Office located in Sequoia National Park, California. The project includes the demolition of the existing chiller, recharging the chilled water loop with a propylene glycol solution, and training staff on the operation and maintenance of the new chiller. Key tasks involve proper disposal of the old unit, installation of the new chiller, and ensuring minimal disruption to park operations. Contractors must be licensed in California, hold necessary specialty licenses, and comply with safety and quality standards throughout the project. A detailed Contract Price Schedule outlines specific line items for bid, with payment calculated on a lump sum basis. The RFP emphasizes the importance of contractor qualifications, safety protocols, quality control, and adherence to federal regulations. Overall, the purpose of this RFP is to modernize infrastructure while prioritizing environmental safety, operational efficiency, and compliance within the park.
    The document is a Bid Bond form, Standard Form 24, utilized in federal, state, and local RFPs requiring a bid guaranty. It outlines the obligations of the Principal (the bidder) and Surety(ies) (guarantor(s)) to ensure the bid’s financial commitment to the U.S. Government. The bond becomes void if the Principal executes the required contractual documents upon bid acceptance or compensates the government for any excess costs if they fail to do so. Key features include mandatory details like the Principal's legal name, business address, bid identification, and the penal sum amount. The Sureties must be approved corporations, and responsibilities for financial liabilities may be shared among co-sureties. The document includes instructions for accurate completion, emphasizing the necessity of corporate seals and personal signatures from corporate representatives or authorized individuals. This bond is integral to securing bids and ensuring compliance during the contracting process, reflecting the government's efforts to mitigate risks associated with contractor performance.
    This document is an amendment to a solicitation identified as 140P8525Q0034. The primary purpose of this amendment is to inform potential offerors that available funding for the project is currently not in place, although there is a strong expectation that funds will become available in the future. As such, the amendment stipulates that no awards will be made until funds are available and the government reserves the right to cancel the solicitation at any point, with no obligation to reimburse costs to offerors if cancellation occurs. Additionally, the amendment reiterates the solicitation closing date of June 4, 2025, at 12:00 PM PDT remains unchanged. Offerors must acknowledge receipt of this amendment through specified methods to avoid rejection of their bids. The document serves to clarify the situation regarding financial resources related to the solicitation and outlines the procedural requirements for offer submission. Overall, this amendment is in line with standard practices in federal solicitations and grants, illustrating the importance of funding clarity in government contracting processes.
    The document is an amendment (0002) related to Solicitation No. 140P8525Q0034, issued by the National Park Service (NPS). Its primary purpose is to extend the closing date for the Request for Quotations (RFQ) to accommodate additional time for National Park Service subject matter experts to address Requests for Information (RFIs) received during the solicitation process. The new closing date is changed from June 4, 2025, at 12:00 PM PDT to June 18, 2025, at the same time. Additionally, the amendment outlines the importance of acknowledging receipt of this amendment in various ways, emphasizing that failure to do so could lead to the rejection of the offer. The document is structured to include sections that specify the effect of the amendment, the contractor’s acknowledgment requirements, and the overall terms that remain unchanged. Overall, this amendment reflects procedural adjustments within the federal contracting framework aimed at ensuring thorough participation and compliance by potential offerors.
    The Department of the Interior, National Park Service, is seeking quotes for the replacement of a chiller system at the Sequoia and Kings Canyon National Parks through Request for Quotation (RFQ) 140P8525Q0034. The project requires the contractor to manage all aspects, including labor, materials, and site rehabilitation. Proposals must be submitted by June 4, 2025, at 12:00 PM PST, with inquiries directed to the contracting officer, Brian Roppolo. The anticipated contract value is between $100,000 and $250,000, with a focus on small business participation. The selection process will evaluate price, technical capabilities, and past performance. A performance period of 213 days is estimated once the notice to proceed is issued, adhering to specified work hours. All interested offerors must be registered in the System for Award Management (SAM) and are required to adhere to detailed submission instructions. The document outlines various requirements, including the need for technical proposals and necessary approvals, ensuring compliance with federal regulations and encouraging small business engagement in the construction project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    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.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Emergency Replace Refrigerant Units- FCC Victorville
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace refrigeration units at the Federal Correctional Complex (FCC) in Victorville, California. The project entails providing all necessary equipment, labor, materials, and incidentals to replace four large condensing ground units and fourteen evaporator coils with five remote condensing units and fourteen evaporative coils located behind the food service outside warehouse. This procurement is critical for maintaining operational efficiency and safety within the correctional facility. The estimated project value ranges between $250,000 and $500,000, with a performance period of 163 calendar days from the notice to proceed. Interested small businesses must be registered in SAM.gov and can contact Alex Jackson at a4jackson@bop.gov or Kimberly Johnson at knjohnson@bop.gov for further information.