HVAC and Remediation Services - LA
ID: 140FC225R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 8:00 PM UTC
Description

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 Christine_Beauregard@fws.gov for further details.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 7:08 PM UTC
The document outlines the Request for Proposal (RFP) for HVAC Replacement and Remediation Services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. Bidders are advised to thoroughly review all solicitation documents and participate in a site visit prior to submitting their bids. The contract will be awarded to the responsible bidder with the best value proposal that meets the requirements specified in the RFP. Bidders must submit quotes for all items, including a price sheet, as incomplete submissions will not be considered. Two primary bid items are listed: the lump sum for HVAC unit replacement and the lump sum for remediation services. Interested vendors are required to provide their company name, signature, email, address, date, and Unique Entity Identifier (UEI) number as part of their submission. This RFP reflects the government's effort to ensure optimal service procurement while adhering to transparent bidding practices.
Apr 9, 2025, 7:08 PM UTC
The Sabine National Wildlife Refuge is seeking contractor services for HVAC repairs and mold remediation at its Administrative Office in Hackberry, Louisiana. The project requires the contractor to supply materials and labor to install a new, efficient HVAC system and relocate key components while replacing existing ductwork to meet regional climate needs. Additionally, comprehensive mold remediation services must be conducted, including assessment, removal, and prevention strategies, in compliance with federal and state regulations. The contractor will ensure compliance with multiple codes, including the International Building Code and OSHA standards, and complete work within 120 days from the Notice to Proceed. Key project steps include a pre-proposal site visit, thorough testing and balancing of the HVAC system, and preparation of detailed reports post-remediation to assess effectiveness and recommend future moisture control measures. All work must align with the stated objectives and requirements, ensuring safety for workers and the surrounding environment. This project reflects the government's commitment to maintaining healthy facilities and mitigating risks associated with HVAC system failures and mold growth.
Apr 9, 2025, 7:08 PM UTC
The document outlines a "Past or Present Performance Survey" intended for companies to report their past and ongoing contracts, preferably with government agencies, as part of the requirements for federal RFPs (Requests for Proposals) and grants. It begins with general business information, including company details, organization type, and leadership personnel. The survey requires detailed report sections for up to three contracts, encompassing the contracting agency, project descriptions, monetary values, scope of work, roles (as prime, joint venture, or subcontractor), and issues regarding quality control and safety. Companies must also provide contact information for references and certify the accuracy of the provided past performance data. The comprehensive completion of this survey serves to assess a company’s experience and reliability in fulfilling government contracts, which is vital for stakeholders in granting federal and state funding, thereby ensuring a methodical, rigorous selection process for contract awardees. This structured approach ultimately aims to enhance accountability and project success rates within government-funded projects by thoroughly evaluating the performance history of potential contractors.
Apr 9, 2025, 7:08 PM UTC
The U.S. Fish and Wildlife Service (FWS) has issued a Request for Proposal (RFP) for HVAC and remediation services at the Sabine National Wildlife Refuge in Bell City, Louisiana. The solicitation is open for full competition and aims to select a contractor with relevant experience for specific project needs. The anticipated performance period is from May 19, 2025, to September 19, 2025, with a site visit planned for April 24, 2025. Contractors are required to submit proposals detailing their technical approach, scheduling, past performance on similar projects, licensing, and pricing. The evaluation will weigh technical factors more heavily than cost (51% technical, 49% pricing). Additional requirements include submission of performance and payment bonds based on project costs and proof of insurance. Proposals are due by May 8, 2025, with all bidders needing to be registered in the System for Award Management (SAM). The magnitude of the project is estimated between $100,000 and $250,000, ensuring compliance with federal and local regulations throughout the contracting process.
Apr 9, 2025, 7:08 PM UTC
The document appears to consist of fragmented and corrupted data, making it difficult to extract coherent information. However, it seems to center around government initiatives, likely related to federal grants and RFPs (Requests for Proposals) at both federal and local levels. Major themes include funding opportunities, grant application processes, and requirements for compliance with federal regulations or policies. Supporting details might include aspects related to project specifications, eligibility criteria, timelines, financial management, and performance metrics tied to funding. Although the specific data is not clearly presented due to the document's corrupted state, the overall purpose seems to be guiding stakeholders on how to navigate the federal or state grant funding landscape effectively. This summary emphasizes the relevance of structured proposals and adherence to regulations critical for potential recipients of government funds, aiming to improve public services or infrastructure. It underlines the significance of understanding RFPs and grants as well as the interactions of various stakeholders involved in project execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
TX ARANSAS/MATAGORDA IS NWR - HVAC REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide HVAC replacement services at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The project involves the complete removal of four old HVAC systems and the installation of four new systems, with a focus on enhancing environmental controls within the bunkhouse. This initiative is crucial for maintaining operational efficiency and compliance with federal and local mandates, emphasizing the use of ENERGY STAR products to meet environmental standards. Interested contractors must submit their quotes by April 23, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
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.
37240PR250000029 SECTOR LAKE MICHIGAN HVAC RENEWAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC renewal services at Sector Lake Michigan in Milwaukee, Wisconsin. The project involves replacing a failed air conditioning unit in the galley with a new energy-efficient system, requiring contractors to conduct a site visit, remove the old equipment, and ensure compliance with environmental regulations during installation and waste disposal. This procurement is set aside for small businesses, with a firm fixed-price purchase order expected to be awarded based on the most advantageous quote, considering price and other factors. Interested vendors must submit their proposals on business letterhead, including a breakdown of estimated materials, labor, and man-hours, to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL by the specified deadline.
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.
HVAC EQUIPMENT REPAIRS AND REPLACEMENT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The primary objective of this contract is to restore operational capacity to the HVAC system by addressing critical issues, including the replacement of an inoperable hot water boiler and the repair of a refrigerant leak in the air handling unit. This project is vital for maintaining environmental control systems essential for the facility's operations, ensuring compliance with federal standards and enhancing overall efficiency. Interested contractors, particularly those classified as small businesses, must submit their bids by April 29, 2025, with a total contract value of approximately $19 million, and are encouraged to contact Henry Barron at henry.d.barron@usace.army.mil for further details.
41--NWHC CHILLER PURCHASE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the procurement and installation of two 170-ton chillers at its National Wildlife Health Center in Madison, WI. This project aims to enhance the cooling capabilities of the Tight Isolation Building (TIB) by providing redundant cooling systems, which are crucial for maintaining optimal environmental conditions for wildlife health research. Contractors will be responsible for all aspects of the project, including manufacturing, installation, site inspections, and thorough commissioning and testing of the chilled water system, ensuring compliance with project specifications and site conditions. The solicitation (140G0225R0012) is expected to be available around April 30, 2025, and interested parties can contact Philip Robinson at probinson@usgs.gov for further information.
12905B25R0008 – Pre-Solicitation Notice RCEW Quonset Hut HVAC/Electrical Installation USDA-ARS-PWA Murphy ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the installation of new HVAC and electrical systems in the Quonset Hut located at the USDA-ARS-PWA facility in Murphy, Idaho. This project aims to address significant HVAC deficiencies in the aging Range and Quonset buildings, which currently hinder operational functionality and safety for staff and visitors. The selected contractor will be responsible for providing all necessary labor, materials, and supervision to complete the work in accordance with established plans and specifications, with a contract value estimated between $250,000 and $500,000. Interested small disadvantaged businesses (SDB) should monitor the SAM.gov website for the forthcoming Request for Proposal (RFP) 12905B25R0008, expected to be issued around April 8, 2025, and may contact Theodore Blume at Theodore.Blume@usda.gov for further inquiries.
505 CTS Bldg 90063 Mold Mitigation
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for mold mitigation services at Building 90063, Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, labor, tools, and supplies to safely remediate mold, ensuring compliance with applicable regulations and maintaining a safe environment for personnel. This project is critical for health and safety standards, as it involves addressing mold issues identified in a specific area of approximately 2,900 square feet, including the removal of contaminated materials and thorough cleaning procedures. Interested small businesses must submit their quotes by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Alyssa Garred at alyssa.garred@us.af.mil or A1C Edren Jash Pena at edrenjash.pena.1@us.af.mil.
MNA JFF Replacement HVAC System
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Walla Walla District, is seeking sources for the MNA JFF Replacement HVAC System project at the Juvenile Fish Facility located at Lower Monumental Lock & Dam in Kahlotus, Washington. This procurement involves the purchase, installation, and commissioning of two new electric HVAC systems, along with the removal and disposal of the existing systems, to ensure efficient climate control within the facility. The project is critical for maintaining operational standards and environmental conditions essential for fish management and research. Interested firms are encouraged to submit a capabilities package, including their business classification and relevant experience, to Chandra D. Crow at chandra.d.crow@usace.army.mil by 10:00 AM Pacific Daylight Time on May 2, 2025, as no solicitation is currently available.
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.