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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Z--Fan Coil Unit Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of fan coil units as part of a presolicitation opportunity. This procurement aims to engage qualified plumbing, heating, and air-conditioning contractors to ensure the effective replacement and installation of these critical HVAC components. The fan coil units play a vital role in maintaining climate control and comfort within park facilities, thereby supporting visitor experience and preservation efforts. Interested small businesses are encouraged to reach out to Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Environmental Consulting, Industrial Hygiene Support and HAZMAT Database Maintenance and Support –Sources Sought
    Buyer not available
    The National Institute of Standards and Technology (NIST) is seeking responses from potential sources for environmental consulting, industrial hygiene support, and HAZMAT database maintenance services, as outlined in a Sources Sought notice. The objective of this procurement is to ensure a safe working environment at NIST's Boulder and Fort Collins campuses by addressing hazards associated with aging buildings that contain regulated materials, such as asbestos and lead-based paint, during renovations and maintenance activities. The contractor will be responsible for on-call consulting, site evaluations, hazardous material sampling and analysis, and managing the existing HAZMAT database, with a contract period from October 2025 to September 2030. Interested parties should submit their capabilities and relevant experience to Brandon Butler at brandon.butler@nist.gov or Travis Zoellner at travis.zoellner@nist.gov by the specified deadline, while confirming their small business status and providing alternative NAICS codes if applicable.
    Z--MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations while promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, with the total funding for the project being below $25,000. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    CHIPS Enclosure
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified contractors to provide laboratory equipment as part of its CHIPS program, which focuses on developing permittivity measurement standards. The procurement includes the delivery and installation of two metric optical tables, two imperial laminar flow enclosures, acrylic panels, thermoelectric chillers, and additional optical tables and frames, all of which are critical for enhancing microwave materials research. Interested offerors must submit a firm-fixed-price quotation by March 14, 2025, including a technical proposal and past performance documentation, with evaluations prioritizing technical capability over price. For further inquiries, interested parties can contact Tracy Retterer at tracy.retterer@nist.gov or Forest Crumpler at forest.crumpler@nist.gov.
    AMENDMENT 0005: Reactor Recovery Services
    Buyer not available
    The Department of Commerce's National Institute of Standards and Technology (NIST) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Nuclear Reactor Recovery Services, specifically addressing contamination issues at the National Bureau of Standards Reactor (NBSR) in Gaithersburg, Maryland. The contract, anticipated to span four years, requires contractors to provide labor, materials, and logistical support for tasks such as inspections, radioactive waste management, and equipment replacement, all while adhering to stringent safety and quality assurance standards. This procurement underscores the government's commitment to maintaining safety and operational integrity in nuclear facilities, with a total contract value of up to $9 million and a minimum order threshold of $5,000. Interested parties must submit their proposals by March 14, 2025, and direct inquiries to Contract Specialist Cielo Ibarra at cielo.ibarra@nist.gov.
    Dining Facility HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to perform HVAC repair services for dining facilities under the jurisdiction of the W7ND USPFO Activity MDANG 175. The procurement aims to address maintenance and repair needs for refrigeration, air conditioning, and air circulating equipment, which are critical for ensuring a comfortable and safe dining environment for personnel. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation, and falls under the NAICS code 238220. Interested contractors can reach out to Kerry Guy at kerry.guy@us.af.mil or by phone at 301-222-6021 for further details regarding the solicitation process.
    NEW, NEW, FCI FORT DIX PURCHASE, INSTALLATION & REMOVAL - OF HVAC ( heating and cooling system) ROOFTOP BUILDING -5845.
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the purchase, installation, and removal of a rooftop HVAC system at FCI Fort Dix in New Jersey. The project aims to ensure the efficient operation of heating and cooling systems, with a specific requirement for the new unit to be operational within 12 hours of removing the existing system. This procurement is particularly significant as it promotes small business participation under a Total Small Business Set-Aside, with a bid submission deadline of March 20, 2025, and a site visit scheduled for March 13, 2025. Interested contractors should contact Arturo Aponte-Berrios at AAPONTEBERRIOS@BOP.GOV or David Ross at D1ROSS@BOP.GOV for further details.
    Bard wall mount air conditioning units
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking sources for the procurement of Bard wall mount air conditioning units. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and the work will take place in Buzzards Bay, Massachusetts. The air conditioning units are essential for maintaining optimal environmental conditions in facilities, ensuring the health and safety of both personnel and animals. Interested vendors should reach out to Jim Roloff at james.g.roloff@usda.gov or call 612-590-7603 for further details regarding this procurement opportunity.
    SS25-14 Industrial Shredder Maintenance & Repair Services
    Buyer not available
    The National Institute of Standards and Technology (NIST) is seeking qualified contractors to provide maintenance and repair services for its Komar Hard Drive Shredder and Komar Auger Compactor located at the Gaithersburg, Maryland campus. The procurement aims to identify contractors capable of delivering preventive and corrective maintenance, emergency response, and parts supply, which are essential for secure and compliant waste disposal operations. This Sources Sought Notice emphasizes NIST's commitment to efficient operations and regulatory adherence while engaging with potential service providers in the market. Interested parties must submit their responses by March 7, 2025, to Tony Schmidt at tony.schmidt@nist.gov, and should note that this notice is for planning purposes only and does not guarantee future contract opportunities.
    41--Design-Build, Upgrade Heating, ventilating, and Air Conditioning (HVAC) System, Building 213
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Belvoir, Virginia, is seeking qualified small businesses to provide design-build services for upgrading the Heating, Ventilating, and Air Conditioning (HVAC) system at Building 213. The project entails comprehensive HVAC maintenance, including preventative care, cleaning, and repair services, specifically at Arlington National Cemetery and the U.S. Soldiers’ and Airmen’s Home National Cemetery, which hold significant historical and symbolic value. Interested firms must submit their capabilities and relevant experiences by March 10, 2025, to the designated contract specialists, Edward Faison and Oswald Pascal, via email, as this opportunity is set aside for small businesses under the NAICS code 238220.