Replace HVAC at Maintenance & Curatorial Bldgs - S
ID: 140P9724R0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

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 the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronald_bunch@nps.gov or by phone at 907-201-7719 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a report on limitations concerning subcontracting within a federal government contract, specifically for a small business set-aside aimed at replacing HVAC systems in maintenance and curatorial buildings. It details the project's designated time frame from November 25, 2024, to October 31, 2025, and requires the completion of specific financial entries related to the amounts paid to both similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS). Additionally, it provides a calculation for the limitation on subcontracting percentage based on total payments made to the prime contractor. The report is structured to collect data on contractor financial distributions, with placeholders for the total amounts paid to each category of subcontractors. This documentation is essential for ensuring compliance with federal regulations regarding small business participation in government contracting, aiding in transparency and fairness in subcontracting practices.
    The report outlines the limitations on subcontracting for a federal project involving a Small Business Set-Aside for a 65' Multi-Purpose Response Vessel and trailer. The performance period spans from September 26, 2024, to September 25, 2026. The document includes a template for reporting financial details, requiring entries for payments made to similarly situated subcontractors (SSS) and non-similarly situated subcontractors (NSS), among other contract specifics. The overall purpose of this report is to maintain compliance with federal contracting regulations that dictate how much of the work can be subcontracted, ensuring that small businesses retain a significant portion of contract value. This structure is designed to promote small business participation in federal procurement processes. Key data points include total amounts paid to both SSS and NSS, a calculation for the limitations on subcontracting percentage, and contract number identifiers. The report emphasizes transparency and accountability in the contracting process as it relates to the federal government’s commitment to support small businesses.
    The project involves the replacement and alteration of HVAC systems across two facilities at Klondike Gold Rush National Historical Park in Skagway, AK. The main tasks include replacing the boiler in the Maintenance Building and upgrading the HVAC system in the Curatorial Storage Building. The Maintenance project entails demolishing existing heating and plumbing equipment, installing new systems, and ensuring efficient heating throughout the buildings while maintaining government occupancy. The Curatorial Storage project focuses on replacing the current hydronic heating system with an air-to-air heat pump, involving significant demolition and disposal of outdated equipment. It will also incorporate the installation of new air conditioning units and necessary electrical connections. Both projects require compliance with safety regulations, environmental considerations, and coordination with ongoing governmental operations. Performance timelines are crucial, with specific work limitations outlined to avoid disruptions during peak operational periods. The overall goal is to enhance building functionality and energy efficiency, ensuring compliance with federal standards.
    The document is a payment bond form (Standard Form 25A) required under U.S. federal law (40 USC Chapter 31, Subchapter III) for projects where payment bonds are necessary. It serves to protect those supplying labor and materials to the Principal (the contractor) by ensuring payment for their services. The bond requires the Principal and Surety(ies) to be jointly liable up to a specified sum, defining the obligations and conditions of the bond and stipulating that it becomes void upon payment to all individuals and subcontractors involved in the project. The form outlines essential details such as the Principal's legal name, address, type of organization, and the information related to corporate and individual sureties. Instructions clarify the requirements for executing the bond, including the necessity for corporate sureties to appear on the Department of the Treasury's approved list and to provide appropriate signatures and seals. The paperwork emphasizes compliance expectations, while also addressing any necessary approvals if deviations from the form occur. This payment bond is essential in the context of government contracts to ensure financial responsibility and safeguarding for participants involved in federal or state projects.
    The document outlines the terms and conditions of a Performance Bond, which serves as a guarantee from the Principal and Surety(ies) to the U.S. Government for the terms specified in a federal contract. The bond is void if the Principal fulfills all contract obligations throughout its duration, including any extensions or authorized modifications, without notice to the Surety(ies). It requires the Principal to pay all applicable taxes under the contract. The Performance Bond outlines the structure for joint and several liability among Surety(ies) and the Principal, defining how a claim may be pursued against them. It includes information on the personal and corporate details of the Principal and Surety(ies), as well as the legal requirements for execution. Adherence to the standard form is mandatory unless deviations are approved by the Administrator of General Services. Additional provisions also pertain to individual Sureties, including the need for an Affidavit of Individual Surety, further emphasizing the financial capacity requirements. This document is essential for compliance with government contracting regulations, ensuring that obligations can be enforced and financial responsibilities are clearly articulated.
    The document outlines a demolition plan for the Gold Rush Mechanical Renovation project at the National Park Service facility in Anchorage, Alaska. It includes details of existing mechanical systems slated for removal, maintenance building layout, and the general procedures for demolition. The contractor is required to verify all demolition items and ensure cleanliness of ductwork, following specified guidelines. Key points include a focus on removing certain valves and mechanical equipment while preserving essential components like the finned tube. The document also provides options for additive demolition work, indicating the potential for modifications to the basic scope to enhance efficiency or cost-effectiveness. Comprehensive coverage of the existing systems and explicit instructions underlines the document's objective to ensure safe and effective renovation while adhering to regulatory standards.
    The document outlines detailed climatic and design data for the Skagway Maintenance project in Alaska, focusing primarily on thermal performance, heating, cooling, and ventilation requirements for the facility. It presents annual heating and cooling design conditions, including temperature ranges, heating degree days (HDD), and cooling degree days (CDD) necessary for efficient climate control. Major sections include heating and humidification data for the coldest month, cooling and dehumidification specifications for the hottest month, and monthly climatic design conditions, emphasizing the importance of accurate environmental parameters in engineering decisions. Particularly, it includes a boiler sizing worksheet for the curatorial building and maintenance shop, specifying the total design heat loss and the number of boilers required for optimal performance across various heating conditions. Additionally, the document comprises comprehensive calculations related to pump head loss and chimney venting scenarios, ensuring compliance with draft requirements under different operational scenarios. This analysis serves to facilitate adherence to federal and state guidelines for environmental standards, reinforcing the commitment to energy efficiency and safety throughout the project's lifecycle, relevant to federal grants and state/local RFPs in facility management and engineering.
    The document outlines the specifications for the installation of a new outdoor air-to-air heat pump and a split wall-mounted air conditioning unit. It details the conditions of the existing space, noting the dimensions of the current slab (58" x 34") where the heat pump will be located. The report highlights the existing server and a portable AC unit, which needs to be removed, along with various ductwork present in the Curatorial Storage Room. Additionally, it mentions existing humidifier and return air ducts, as well as the need to demolish seismic bracing that is no longer usable. The summary serves as a technical guideline for contractors in response to a potential Request for Proposals (RFP), focusing on the necessary alterations and installations to enhance climate control within the facility while adhering to predetermined specifications. The document is aimed at ensuring compliance with project requirements during the execution of HVAC upgrades in a designated environment.
    The document serves as a transmittal form used by the National Park Service (NPS) to manage contractor submissions related to projects. It outlines the required details including the park, project specifics, contractor and subcontractor information, and various specifications for items needed in the project. The form emphasizes the review process for accuracy, completeness, and compliance with contract requirements, following the Federal Acquisition Regulation (FAR) guidelines. Approval from the contracting officer’s representative is required, indicating that the government does not assume liability for errors in the submission. The submittal log tracks the communication timeline between the contractor and reviewers, ensuring clear documentation of the review process. The layout indicates a structured approach to project management, necessary for ensuring that all aspects of the contract are met and that relevant stakeholders are informed. This document is fundamental in coordinating efforts within federal projects, ensuring compliance and facilitating clear communication, ultimately supporting the goals of federal grants and requests for proposals (RFPs).
    The document outlines the closeout and operation & maintenance (O&M) requirements for various projects, detailing the specifications for project record drawings, system demonstrations, warranties, and extra stock. It includes a comprehensive list of required documentation such as test reports, cleaning reports, and O&M data, with specific attention to the actual locations of instrumentation, mechanical equipment, and access components. Warranties for different systems extend from one year post-acceptance to ten years for key components, emphasizing the obligations of contractors in maintaining quality and accountability. The structure presents a categorized overview, specifying completed tasks, required documents, and warranties associated with various sections, such as HVAC, fire safety, and telecommunications systems. Additionally, the file lists extra stock items like mechanical seals and paints essential for maintenance. The document's purpose is to ensure contractors fulfill their commitments in providing thorough maintenance documentation, operational training, and adherence to quality guarantees, aligning with federal and state RFP parameters for government projects. It reinforces the importance of meticulous record-keeping and compliance with established industry standards across multiple disciplines involved in facility management and project execution.
    The Gold Rush Mechanical Renovation submittal requirements outline detailed specifications for a construction project involving plumbing, HVAC, and electrical systems. The document emphasizes the need for various submittals, including product data, shop drawings, installation instructions, and testing reports, across numerous sections such as plumbing, HVAC insulation, hydronic piping, and electrical works. Each requirement is categorized into informational and action submittals, with specific documentation required for compliance, such as calculations for seismic restraints, manufacturer's data, and installation instructions. The guidelines also highlight the necessity of ensuring that all submittals are carefully documented and reviewed, which involves a clear estimation of review time for design and construction services. This comprehensive framework not only underlines the project's focus on adhering to industry standards but also reflects the government's commitment to thorough regulatory oversight in grant and RFP processes. The structured approach ensures that all components are documented, facilitating effective coordination of efforts among various disciplines involved in the renovation project.
    The Hot Work Permit (Form HW-1) outlines procedural requirements for conducting hot work, which is any operation involving open flames or sparks, in designated or permit-required areas to ensure fire safety. It specifies that a signed permit from a Permit Authorizing Individual is mandatory before starting such work in non-designated locations. Designated areas must be free of combustible materials and inspected for fire safety, while non-permissible areas include locations near flammable atmospheres or where sprinkler systems are compromised. The permit includes checks to confirm preparations like cleaning and wetting surfaces, moving combustibles, and purging containers before work begins. A fire watch is required during and after operations, ensuring prompt response to any potential fire hazards. The document emphasizes the importance of safety inspections, specific precautions related to the work environment, and the necessity for proper training and equipment. By adhering to these guidelines, the permit aims to prevent fire-related incidents during hot work operations.
    The Past Performance Questionnaire (PPQ) serves as a critical assessment tool in the evaluation of contractors responding to federal and state RFPs. This document mandates that offerors complete sections A and B, then forward it to designated references who will fill out sections C and D before returning the completed form to the appropriate Contracting Officer. The questionnaire seeks to collect sensitive source selection information regarding a contractor's past performance, focusing on criteria such as management integrity, quality control, adherence to performance schedules, and overall client satisfaction. Moreover, it asks evaluators to provide a rating—ranging from Outstanding to Unacceptable—on various performance aspects and to comment on any issues that may have arisen during the project. This structured feedback mechanism not only informs future awarding of contracts but also emphasizes the government's commitment to transparency and accountability in its procurement processes.
    The document outlines a Request for Proposal (RFP) for replacing HVAC systems in the Maintenance and Curatorial Buildings at Klondike Gold Rush National Historical Park in Alaska. This project is a Total Small Business Set-Aside, specifically soliciting proposals from small business concerns, with an estimated price range of $500K to $1M. No pre-proposal site visit is planned, and the proposal must be submitted by the specified deadline of October 25, 2024. The RFP includes details on the project requirements, specifying the technical and performance standards needed to ensure compliance during construction. Key elements include a performance period of 330 calendar days, mandatory bond requirements, and compliance with the Davis-Bacon wage rates. Evaluation for award will be based on the Lowest Price Technically Acceptable criteria, allowing for the potential inclusion of option items if additional funds are available. The document also specifies the responsibilities regarding site safety, health plans, and contractual obligations concerning subcontracting and performance assessments. Additionally, it incorporates extensive contract clauses to regulate contractor behavior and government compliance. This solicitation emphasizes the government's commitment to utilizing small businesses for federal projects while ensuring high-quality work standards and safety regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, designated as project YELL 307127. The project aims to restore and upgrade the exteriors of seventeen historic buildings while preserving their historical integrity, focusing on essential repairs such as masonry restoration, window and door rehabilitation, and the installation of modern safety features. This initiative is critical for maintaining the cultural heritage of the park and ensuring the longevity of these significant structures, with an estimated contract value exceeding $10 million. Interested contractors must submit their proposals by October 28, 2024, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--WRST 248940 Replace Deficient WaterTreatmentSystem
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a Pre-Solicitation Notice for a Request for Proposal (RFP) to replace the deficient water treatment system at the Wrangell St. Elias National Park and Preserve in Alaska. The project aims to construct a new water treatment building, install a new well, and upgrade existing water processing systems to ensure a reliable supply of potable water while minimizing visitor impact during construction. This Competitive Total Small Business Set-Aside project has an estimated construction cost between $1 million and $5 million, with a contract type of Firm-Fixed-Price and an anticipated completion period of 365 days from the Notice to Proceed. Interested parties should register on SAM.gov and can expect further details, including a Pre-Proposal Conference and Site Visit, in Fall/Winter 2024. For inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park. This vessel, designated GLBA 339989, must be a high-speed, aluminum landing craft compliant with US Coast Guard regulations, equipped for emergency response operations, and capable of carrying a 45,000-pound deck load at speeds exceeding 30 knots. The initiative aims to enhance operational capabilities within the park, ensuring readiness for emergency situations while adhering to strict design and safety criteria. Proposals are due by September 25, 2024, with a delivery timeline of 24 months post-award, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    C--Chaco Culture National Historical Park - Construction of new employee housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking small businesses capable of executing a construction project at Chaco Culture National Historical Park in New Mexico. The project involves the construction of three new employee housing units—one single-family home and two triplexes—along with the demolition of four historic residences and a dilapidated mobile home, as well as site preparation, utility installation, and hazardous material abatement. This initiative is critical for improving employee accommodations within the park, with an estimated project cost between $5 million and $10 million. Interested vendors must submit their capabilities and relevant experience by October 24, 2024, with a Request for Proposal anticipated in winter 2024/2025 and contract award expected in spring 2025. For further inquiries, contact Jessica Busman at jessicabusman@nps.gov.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Y--MALU 293291 Rehabilitate the Visitor Center and
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center and Headquarters at the Martin Luther King Jr. National Historic Park in Atlanta, Georgia. The project aims to enhance the facility through comprehensive renovations, including interior remodels, roof repairs, HVAC and electrical updates, and site improvements, while ensuring compliance with safety and environmental standards. This initiative underscores the government's commitment to preserving national historic sites and improving visitor experiences. Interested contractors should note that the estimated contract value ranges between $5 million and $10 million, with proposals due by November 15, 2024. For further inquiries, contact John Babcock at johnbabcock@nps.gov or call 303-969-2626.