Install ACU unit in several buildings
ID: 1333ND25RNB190003Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 7:00 PM UTC
Description

The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified contractors to install air conditioning units (ACUs) in several buildings located in Gaithersburg, Maryland. The project involves the installation of new ACU units, necessitating compliance with various safety and health regulations, particularly concerning the management of asbestos-containing materials identified in the existing infrastructure. This procurement is part of a broader initiative to enhance facility operations and ensure a safe working environment, reflecting the government's commitment to maintaining high standards in public infrastructure projects. Interested contractors should contact Gary L. Kaufman at gary.kaufman@nist.gov for further details, with a total small business set-aside and a proposal submission deadline extended to February 28, 2025.

Point(s) of Contact
Gary L. Kaufman
gary.kaufman@nist.gov
Files
Title
Posted
Dec 20, 2024, 3:04 PM UTC
The National Institute of Standards and Technology (NIST) is preparing to release a solicitation for a Total Small Business Set-Aside contract related to plumbing, heating, and air conditioning. This procurement aims to replace aged Air Handling Units (AHUs) in Building 226 on NIST's 578-acre Gaithersburg, MD campus. The AHUs, original to the building since 1965, pose safety risks due to chronic water leaks and inefficiency, impacting research operations. The project includes replacing AHUs 12, 13, and 14, cleaning ducts, and designing energy-efficient attic lighting while managing hazardous materials. The expected cost is between $1 million and $5 million, with a performance period of 730 days post-award. The contract will be awarded based on a tradeoff process, evaluating factors such as technical approach and past performance. The solicitation is anticipated to be released around January 6, 2025, and interested parties can find details on the System for Award Management (SAM) website, which will only host electronic versions of the solicitation. This pre-solicitation is meant to inform the industry and is not an invitation for proposals.
Jan 30, 2025, 4:05 PM UTC
This document serves as an amendment to solicitation number 1333ND21RNB190003, extending the proposal submission deadline to February 28, 2025, at 10:00 AM. Offers must acknowledge receipt of this amendment by specified methods, ensuring acknowledgment is received prior to the deadline to avoid rejection of the offer. The document outlines that the request for information (RFI) period will remain unchanged, and revised specifications and drawings will be posted on the System for Award Management (SAM) when available. It emphasizes that all terms and conditions of the original solicitation remain effective, except where modified in this amendment. The purpose of the document is to clarify procedural requirements for contractors and to provide updates pertinent to the solicitation, reflecting the administrative nature of the modifications. This amendment reflects the U.S. government's structured approach to managing contractual proposals and modifications, maintaining transparency and clarity in the procurement process.
Jan 30, 2025, 4:05 PM UTC
The government file outlines a request for proposals (RFPs) and grant opportunities available at federal, state, and local levels. The primary objective is to solicit bids from qualified entities to execute specific projects aimed at enhancing public services, infrastructure, or community development. Key details include eligibility criteria for prospective bidders, submission deadlines, and the assessment process for evaluating proposals. The document emphasizes transparency and accountability in the procurement process while ensuring compliance with regulatory standards. Additionally, it encourages collaboration among government agencies and private sector partners to leverage resources effectively. Overall, this file serves as a comprehensive guide for interested organizations seeking funding or contracts through various government initiatives, fostering a competitive and fair bidding environment for public projects.
Jan 30, 2025, 4:05 PM UTC
The document outlines a Request for Proposal (RFP) for the replacement of Air Handling Units (AHUs) 12, 13, and 14 at the National Institute of Standards and Technology (NIST) in Gaithersburg, Maryland. The AHUs, dating back to 1965, require replacement due to chronic water leaks and inefficiency, posing safety and research disruptions. The project entails constructing per specified drawings, duct cleaning, and incorporating energy-efficient attic lighting, where the contractor is responsible for all hazardous material handling. Key requirements include a contract performance period of 730 days, beginning ten calendar days post-award with completion timelines of 180 days for demolition and installation. Security protocols demand contractor personnel to obtain necessary badges, with specific processing times outlined. Compliance with various federal regulations is required, including bonding, performance inspections, and strict adherence to safety protocols. The RFP emphasizes the importance of high-standard construction practices, adequate insurance coverage, and timely submission of required documents, reflecting the government's commitment to efficient operational standards and safety in public infrastructure projects. Overall, this solicitation exemplifies structured procurement processes within government contracting aimed at achieving effective facility management and safety enhancements.
The document serves as a comprehensive guide for contractors and architectural/engineering (A/E) firms conducting site investigations and fieldwork at the National Institute of Standards and Technology (NIST) in Gaithersburg, MD. Key sections cover emergency procedures, safety equipment requirements, and protocols for confined spaces, utility management, and environmental concerns. Contractors must adhere to strict safety and health compliance, ensuring compliance with OSHA regulations and NIST’s specific mandates. The guidelines emphasize the importance of personal protective equipment, clearance for entering sensitive areas, and notification requirements for utility disruptions. Environmental management practices and disposal regulations aim to minimize waste and promote recycling. Additionally, security protocols outline badge requirements based on access levels, ensuring controlled entry to the campus. Notably, the document highlights historical preservation considerations, stipulating that projects must conform to the Secretary of the Interior’s Standards given NIST's status as a historic district. This guide is essential for maintaining operational safety and compliance, reinforcing the agency's commitment to responsible management and coordination of construction activities within government facilities. Overall, it illustrates the complex regulatory framework that contractors must navigate within federal projects.
The "Guidelines for OFPM Contractors and A/E Firms Performing Site Investigations and Fieldwork" at the National Institute of Standards and Technology (NIST) outline comprehensive procedures and safety protocols for contractors engaging in activities such as construction and investigations on site. Key topics include emergency procedures, safety equipment requirements, environmental management practices, and specific regulations regarding asbestos handling. The guidelines emphasize compliance with OSHA and NIST safety standards, mandate the use of personal protective equipment, and detail requirements for site access and construction operations, including noise control during specific hours and management of hazardous materials. Moreover, they establish protocols for utility outages, site restoration, and security measures, illustrating the importance of prior approvals from the Contracting Officer’s Representative (COR) for various activities. Emphasizing sustainability, the document also mandates the recycling of construction debris and adherence to environmental regulations. Ultimately, these guidelines serve to ensure safety, regulatory compliance, and environmental stewardship for all contractors and firms operating within NIST’s Gaithersburg facilities, thereby reflecting the government's commitment to maintaining a secure and compliant working environment.
Jan 30, 2025, 4:05 PM UTC
The document presents a comprehensive analytical summary of building materials from NIST GB - Building 226, focusing on asbestos content in various duct sealants and associated materials. It categorizes materials based on their friability, with codes assigned to each material type, and reports results from sampling and analysis. Key findings show that numerous duct sealants contain asbestos, specifically chrysotile, with varying percentages ranging from 2% to 20%. The report outlines specific samples taken from various locations within the building, detailing the analytical methods used (Polarized Light Microscopy) and providing results either indicating the presence of asbestos or noting none detected (ND). Additionally, several materials are classified as potentially asbestos-containing materials (PACM), necessitating careful handling during renovation or repair activities in compliance with safety standards. The findings emphasize the importance of hazard assessments in government projects, particularly in maintaining compliance with federal and state regulations related to asbestos management and environmental safety. Overall, this document serves as a critical resource for guiding future construction or remediation efforts in the building while prioritizing health and safety concerns surrounding asbestos exposure.
Jan 30, 2025, 4:05 PM UTC
The document provides a material inventory summary for mechanical rooms in Building 226, detailing the identification and classification of materials found in two specific rooms (DJ25 and DJ28). It indicates the dimensions of each room and confirms that no suspect materials were found in either space. Several materials are listed, including various types of duct sealants, duct tapes, adhesives, pipe fittings, and insulation types, with specific classifications about whether they contain asbestos (ACM), presumed asbestos-containing (PACM), or are non-suspect (ND). Key findings include red duct sealant and brown hard duct pin adhesive in both rooms identified as ACM, alongside several PACM materials. The summary underscores the need for further action depending on the classifications, which is essential for compliance with health and safety regulations. This inventory is particularly relevant for organizations preparing for renovation or maintenance work, reflecting adherence to government standards concerning hazardous materials management.
Jan 30, 2025, 4:05 PM UTC
Jan 30, 2025, 4:05 PM UTC
The document outlines the specifications for a cooling system project at NIST Laboratories, identified by E&W Project Number 20-0538. The proposal includes details of three air handling units (AHUs) with differing capacities and airflow rates, utilizing Dynalene HF-LO as the heat transfer fluid. Each unit features a base and panels made of stainless steel (SST), operates on a three-phase power supply, and incorporates carbon steel fins and tubes. The units are designed to handle specific performance metrics such as BTU capacity, airflow, and fluid flow rate under designated temperature conditions. The document emphasizes the proprietary nature of the design, stating that the drawings are confidential and meant solely for proposal purposes. Furthermore, Dynalene HF-LO is highlighted for its suitability in low-temperature applications, presenting properties such as a low freezing point and high flash point, ensuring safety and efficacy in operation. The installation guidelines stress the importance of moisture control and proper system flushing to maintain fluid integrity. This comprehensive offering underlines the commitment to quality and engineering standards required to fulfill government contract specifications, reflecting the rigorous demand for precise and reliable construction within federal projects.
Jan 30, 2025, 4:05 PM UTC
The NIST Building 226 project focuses on the replacement of Air Conditioning Units (ACUs) 12, 13, and 14, as outlined in Task Order 1333ND19FNB195372. The document details general and mechanical requirements, including specifications on HVAC systems, electrical work, and concrete repairs. Key project elements include unit quantity work specifications, payment structures based on completed work, defect assessments, and overall project management strategies. Contractors must adhere to safety regulations, maintain access restrictions, and ensure project coordination while complying with NIST guidelines. The work aims to engineer efficient systems for environmental monitoring, ventilation, and safety compliance. Clear communication and thorough documentation will be vital throughout the project, with a focus on timely inspections, reporting, and contractor collaboration. This initiative reflects the government's commitment to upgrading facilities in line with operational demands and safety standards.
Jan 30, 2025, 4:05 PM UTC
The government document outlines the specifications for replacing the HVAC system in Building 226 at the National Institute of Standards and Technology (NIST) in Gaithersburg, Maryland. It details the engineering and design work required by CFR Engineering, including mechanical and electrical installations. The project includes the demolition of existing equipment, such as air conditioning units and heating coils, along with the installation of new systems featuring electric duct heaters and brine pumps. Key elements of the scope of work involve ensuring compliance with various building codes and regulations, coordinating site visits for verifying conditions, and conducting a thorough pre-demolition air balance of the HVAC system. Contractors must adhere to intricate specifications for installation, equipment sourcing, and safety standards. The document stresses the necessity for maintaining operational systems while adhering to timelines and minimizing disruption. It calls for clear communication and coordination with the NIST Contracting Officer throughout the project duration, ensuring all equipment is operable and meets the required performance standards. This document is a crucial component of federal RFPs and grants, guiding the efficient execution of the HVAC replacement project while fostering compliance with government standards and priorities.
The document outlines the specifications for asbestos remediation under federal guidelines, particularly focusing on the responsibilities and qualifications of the General Abatement Contractor (GAC). It details key processes for coordinating abatement operations, including prerequisites for personnel, documentation, safety measures, and materials required for asbestos work. Defined roles such as GAC Supervisor and Certified Industrial Hygienist (CIH) emphasize the necessary experience and qualifications. Quality assurance protocols mandate rigorous air monitoring, health assessments, and pre-work inspections to ensure compliance with federal and state regulations. The document stresses the importance of a thorough work plan, including air sampling, waste disposal strategies, and employee safety measures. It aims to safeguard workers' health and public safety while ensuring meticulous adherence to legal and environmental standards in asbestos removal projects. This contract sets a comprehensive framework designed to facilitate safe and effective remediation efforts, underscoring governmental commitment to regulatory compliance and public health protection.
The document outlines the operational requirements for an environmental chamber designed to maintain precise control over dry-bulb and dew-point temperatures using a BACNet Compliant building automation system (BAS). The system is expected to regulate temperatures from 0°F to 150°F and manage various safety features, including a hardware watchdog that automatically shuts down operations if not reset within a specified time. Alarm conditions triggered by equipment failures are communicated through the BAS to designated users via email and text, ensuring prompt response. The BAS will have two operational modes: Automatic and Manual. In the Automatic Mode, users can select between different control strategies for chamber operation, incorporating specific safety protocols for various temperature settings and sump conditions. The Manual Mode allows for direct control of outputs and alarm settings, providing flexibility for operators. Additionally, the document specifies control points, including air flow systems and liquid management processes, necessary for coordinating chamber functions, while maintaining compliance with safety standards. This setup reflects a commitment to operational safety and regulatory adherence within the scope of government RFPs and grants involving advanced environmental control technologies.
Jan 30, 2025, 4:05 PM UTC
This document outlines guidelines and requirements for a construction project at the National Institute of Standards and Technology (NIST), focusing on demolition and replacement of air handling units (AHUs). Key considerations include noise restrictions—work exceeding 80 dBA must be conducted after hours, and all contractors must have the proper access credentials. The contractor can demolish multiple AHUs simultaneously, as these are not currently in service, but roof staging requires approval. Hazards associated with asbestos insulation necessitate testing before demolition. The scope of work includes duct cleaning per National Air Duct Cleaners Association standards, installation of isolation valves, and use of new drain pans. All electrical installations must adhere to strict specifications, primarily utilizing rigid steel conduit. Overall, the guidance emphasizes safety, regulatory compliance, and coordination with NIST representatives throughout the project's execution, necessary for the successful execution of the project.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
INSTALL- COMPRESSED AIR LINE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops to improve operational efficiency, with a budget estimated between $25,000 and $100,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit their proposals by April 14, 2025, and can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442 for further information.
CHILLER REPLACEMENT
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the replacement of a 30-ton chiller at the Columbia Environmental Research Center (CERC) in Columbia, Missouri. The project involves dismantling the existing system and installing a new chiller with advanced features, including two circuits and modulating capability, to enhance the facility's HVAC system. This procurement is critical for maintaining operational efficiency and sustainability within government research facilities, aligning with federal requirements for environmental responsibility. Interested vendors must submit their quotations by April 23, 2025, and are required to register at https://sam.gov/ to be eligible for contract award. For further inquiries, contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375.
EMERGENCY HVAC REPAIRS AT THE CHAL VC
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for emergency HVAC repairs at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park and Preserve. The project entails the complete replacement of HVAC equipment, requiring contractors to provide all necessary labor, materials, tools, and supervision for the installation and testing of new systems, including the removal of existing heat pumps and the installation of three new systems and one ductless mini-split. This procurement is crucial for enhancing visitor comfort and operational efficiency at the facility, ensuring that the HVAC system operates effectively to support the park's historical and educational mission. Interested contractors must submit their proposals electronically by April 21, 2025, following a mandatory site visit scheduled for April 14, 2025, and can direct inquiries to Tara Clark at taraclark@nps.gov or Jorge Menéndez at jorgemenendez@nps.gov.
RFP#ISD_366373KMW - Replace 3.0 Ton Hvac Unit – Industrial Building 4 (IB4)
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the replacement of a 3.0-ton HVAC unit at Industrial Building 4 in Batavia, Illinois. This procurement is a Total Small Business Set-Aside and requires contractors to demonstrate at least five years of relevant HVAC experience, compliance with safety regulations, and the submission of both technical and business proposals. The project is part of ongoing efforts to enhance facility operations and ensure compliance with federal standards, with proposals due by April 25, 2025. Interested contractors can reach out to Kody M. Whittington at kwhittin@fnal.gov or call 630-840-6898 for further details.
Daikin HVAC VRV Condensing Unit Replacement - JB Andrews MD
Buyer not available
The Department of Defense, through the 316th Contracting Squadron, is seeking quotations from small businesses for the replacement of a defective Daikin HVAC Variable Refrigerant Valve (VRV) Condensing Unit (Model REYQ120PBYD) at Joint Base Andrews, Maryland. The procurement involves removing the existing unit, installing a new one, and ensuring compliance with technical specifications and safety protocols, including adherence to the Service Contract Act wage determination. This project is critical for maintaining efficient HVAC operations within the facility, and a site visit is scheduled for April 15, 2025, with a response deadline for quotes set for April 19, 2025. Interested parties should direct inquiries to Marchie Ca'Merono at marchie.camerono@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil, and must submit their priced responses in accordance with the provided instructions.
SV0174-25 WSHP
Buyer not available
The Department of Justice, through Federal Prison Industries (UNICOR), is soliciting proposals from qualified small businesses to provide and install sixty (60) Daikin Water Source Heat Pumps at their Central Office located at 400 1st St NW, Washington, DC. The procurement emphasizes a total small business set-aside and requires compliance with federal regulations regarding safety, insurance, and employee citizenship, as well as adherence to environmental standards during installation and disposal. This initiative supports UNICOR's mission of vocational training for incarcerated individuals while ensuring operational efficacy and safety within the federal facility. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals by May 2, 2025; for further inquiries, they can contact Joshua Hassler at joshua.hassler2@usdoj.gov.
Supply and Installation of AC units at USG Owned Residence, Essensa.
Buyer not available
The Department of State, through the US Embassy in Manila, Philippines, is preparing to solicit bids for the supply and installation of air conditioning units at the USG Owned Residence, Essensa. This procurement aims to enhance the living conditions at the residence by providing efficient air conditioning solutions, which are crucial for maintaining a comfortable environment in the region's climate. The solicitation is expected to be released around the second week of April 2025, with the contract awarded to the lowest priced technically acceptable offeror. Interested contractors must ensure they are registered in the System for Award Management (SAM) prior to submitting their offers, and they can direct inquiries to Michael O. Warren or Randy D. Dayrit at Manilapurchasing@state.gov.
Walk-in Seed Cooler Removal and Installation of New Unit - Big Flats Plant Materials Center - NY
Buyer not available
The Department of Agriculture, through the Farm Production and Conservation Business Center, is seeking qualified contractors for the removal of a malfunctioning walk-in seed cooler and the installation of a new unit at the Big Flats Plant Materials Center in Corning, New York. The project involves the disposal of outdated cooling equipment and the installation of compliant, energy-efficient systems that utilize low-GWP refrigerants, ensuring adherence to modern efficiency standards set by the Department of Energy. This initiative is critical for preserving valuable seed germplasm and reflects the government's commitment to sustainable agricultural practices. Interested small businesses must submit their proposals by April 16, 2025, with questions due by April 11, 2025; for further details, contact Mark Domingo at mark.domingo@usda.gov.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment in accordance with federal regulations. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring they meet safety and operational standards. Proposals are due by April 16, 2025, at 5:00 PM EDT, with a mandatory site visit scheduled for April 7, 2025, at 10:00 AM MST. Interested parties should direct inquiries to Jessica Owens at jessicaowens@nps.gov or Ryan Young at ryanyoung@nps.gov.
NSSC HVAC Maintenance Service Contract
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. This procurement involves comprehensive Heating, Ventilation, and Air Conditioning (HVAC) maintenance services, including routine repairs, emergency services, and duct cleaning, under a Firm Fixed Price Requirements contract with a base period of one year and four optional one-year periods, totaling a maximum of five years. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238220 and a size standard of $19 million. Interested contractors must coordinate site visits on April 8, 2025, and submit their proposals by the specified deadlines, with inquiries directed to Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.