ACU Replacement
ID: 1333ND25RNB190003Type: Presolicitation
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
    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
    ACU Replacement
    Currently viewing
    Presolicitation
    Similar Opportunities
    Electrical IDIQ MATOC
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is conducting a Sources Sought notice to identify qualified electrical construction firms for a Multiple Award Task Order Contract (MATOC) for repairs, renovations, and alterations at its Gaithersburg, Maryland campus. The anticipated contracts will be firm-fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) agreements, focusing on a range of electrical services including installation, troubleshooting, and maintenance of electrical systems and equipment, all adhering to industry and safety standards. Interested contractors are encouraged to submit a capability statement by January 30th, 2024, detailing their qualifications and experience, with submissions directed to Travis Zoellner at travis.zoellner@nist.gov.
    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).
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    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.
    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.
    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.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    CHIPS R&D: Extreme Thermal Cycling Chamber– Combined Sources Sought/Notice of Intent to Sole Source
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking to procure an Extreme Thermal Cycling Chamber to support its CHIPS Metrology program, which focuses on the reliability of materials used in advanced semiconductor packaging. The chamber must meet specific technical requirements, including a temperature range of -100 °C to 200 °C and a cycling rate of at least 70 °C/min, to facilitate accelerated aging experiments on polymeric components. This procurement is critical for enhancing metrology capabilities within the U.S. semiconductor manufacturing ecosystem, and interested vendors are encouraged to respond with their capabilities and relevant information to the primary contact, Tracy Retterer, at tracy.retterer@nist.gov, by the specified deadline.
    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.