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
    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 involves 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 site visit scheduled for April 24, 2025, and the estimated project value ranges between $100,000 and $250,000. Interested contractors should contact Christine Beauregard at Christine_Beauregard@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    This document serves as an amendment to solicitation 140FC225R0008, specifically regarding HVAC and Remediation Services. The main purpose of this amendment is to inform contractors about the changes in the due date for questions related to the solicitation. Questions must now be submitted to Christine Beauregard by 5:00 PM CDT on May 1, 2025, while the bid submission deadline remains unchanged at May 8, 2025. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The amendment outlines acceptable methods for acknowledgment, which include providing a copy with an acknowledgment statement or submitting a separate letter or electronic communication referencing the solicitation and amendment numbers. The document emphasizes that failure to acknowledge this amendment properly may result in the rejection of offers, underscoring its importance for compliance with the solicitation process. Overall, this amendment facilitates the clarity and management of the bidding timeline, assisting contractors in fulfilling their obligations effectively.
    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.
    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
    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.
    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.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    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.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.