ND ARROWWOOD NWR GEOTHERMAL HVAC REHAB
ID: 140FC124R0052Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

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

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)
Timeline
    Description

    Combined Synopsis/Solicitation INTERIOR, DEPARTMENT OF THE US FISH AND WILDLIFE SERVICE is seeking Plumbing, Heating, and Air-Conditioning Contractors for the ND ARROWWOOD NWR GEOTHERMAL HVAC REHAB project. The project involves diagnosing, inspecting, and recommending repairs for the existing Geothermal HVAC System at the ARROWWOOD NATIONAL WILDLIFE REFUGE (NWR). The solicitation is open to all businesses with an associated NAICS code of 238220. The contract will be awarded based on the Lowest-Price Technically Acceptable (LPTA) process. Proposals must be submitted by July 26, 2024, via email to john_ferrall@fws.gov.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    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 ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Repair/Replace HVAC Systems, C &D Bays - Building 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified contractors to repair and replace HVAC systems at the Rome Research Site in New York. The project encompasses a comprehensive scope of work, including hazardous material abatement, general construction, fire protection, plumbing, mechanical and HVAC work, electrical work, and related tasks, all of which must adhere to federal, state, and local regulations. This initiative is critical for enhancing facility operations while ensuring safety and compliance with environmental standards, particularly as the work will occur in occupied buildings, necessitating careful planning to minimize disruptions. Interested contractors, particularly those classified as 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB, must submit their intent to propose along with required documentation by 3:00 p.m. EST on October 16, 2024, to Jennifer Calandra at jennifer.calandra@us.af.mil.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.
    Generator Cooling Water Piping System Part
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking suppliers for a Generator Cooling Water Piping Replacement Craft Labor Kit, part 24U-6683C. This procurement is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors. The goods are critical for maintaining the operational efficiency of generator systems, ensuring reliable cooling and performance. Interested vendors should contact C. Thayer at colleen.thayer@usace.army.mil or call 918-669-7657 for further details regarding the solicitation process.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    Replace Cooling Equipment in ADP Room 317, Federal Building, Huron, SD
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors to replace cooling equipment in the ADP Room 317 at the Federal Building in Huron, South Dakota. The project involves removing an existing ceiling-mounted packaged cooling unit and installing a new 2-ton direct expansion split system, with an estimated completion timeframe of 15 calendar days following the notice to proceed. This procurement is significant for maintaining the operational efficiency of the facility's climate control systems and is set aside exclusively for small businesses, with a project cost range between $25,000 and $100,000. Interested contractors must be registered and active in the System for Award Management (SAM) and are encouraged to submit offers by November 13, 2024, following the solicitation release on October 15, 2024. For further inquiries, contact Kristen Feickert at kristen.feickert@gsa.gov.
    BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for air conditioning and warm air heating equipment, specifically under PSC/FSC Codes 4120 and 4130. The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on vendors that can demonstrate positive past performance in delivering similar goods and services. These BPAs are crucial for ensuring reliable access to air conditioning and refrigeration components, which are essential for various military operations. Interested small businesses must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    FTG255 MEB 2 Chiller Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Alaska District, is conducting a sources sought announcement for the FTG255 MEB 2 Chiller Replacement project at Fort Greely, Alaska. The project involves replacing two existing chillers that provide utility services to the silo interface vaults in the Mechanical / Electrical Building 2, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of approximately 630 calendar days. This procurement is crucial for maintaining operational efficiency and reliability in the facility's climate control systems. Interested firms must submit a capabilities package by October 15, 2024, to Jason Linn at jason.linn@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, demonstrating their qualifications and intent to bid.