AVFC HOT WATER REPLACEMENT
ID: 140L1225Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTCALIFORNIA STATE OFFICESACRAMENTO, CA, 95825, USA

NAICS

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

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) is soliciting bids for the replacement of hot water heaters at the Apple Valley Fire Center in California, under the project titled "AVFC Hot Water Replacement." The project entails removing the existing 100-gallon water heater and installing two new tankless models, along with necessary gas and water lines, to ensure efficient hot water service. This initiative is part of a broader effort to enhance infrastructure and service quality while adhering to federal safety and environmental standards. Interested small businesses must submit their quotations by May 9, 2025, with an optional site visit scheduled for April 22, 2025, and questions regarding the RFQ due by April 25, 2025. For further inquiries, contractors can contact John Cabral at jcabral@blm.gov or call 707-438-5293.

    Point(s) of Contact
    Cabral, John
    (707) 438-5293
    (916) 978-4444
    jcabral@blm.gov
    Files
    Title
    Posted
    The Apple Valley Fire Center requires the replacement of its existing 100-gallon water heater with two new tankless models. This project, managed by the Barstow Field Office, encompasses the removal of the current system and installation of new water heaters, gas lines, water lines, and other components necessary to restore efficient hot water service. The contractor must ensure all work is performed within a one-month period (May 19, 2025 – June 19, 2025) and otherwise comply with health and safety standards, including proper waste disposal and site cleanliness. The scope involves detailed tasks such as inspection, preparation, and safe disposal of old components, with thorough testing of the new installation to guarantee performance even in extreme weather conditions. The contractor is also responsible for providing schematics, manuals, and warranties for the new installation. Security, administrative matters, and emergency response plans are highlighted to ensure compliance with federal regulations during project execution. The SOW outlines the responsibilities clearly, ensuring a professional and efficient upgrade process. This initiative reflects an investment in improving infrastructure at the Apple Valley Fire Center, enhancing service quality while maintaining safety and regulatory standards.
    The document is a federal government request for proposals (RFP) aimed at soliciting bids for a project that encompasses various aspects, including compliance and technical requirements. Key areas of focus include the submission of detailed technical proposals, adherence to set deadlines, and the importance of clearly outlining the assessment criteria. The RFP emphasizes the necessity of collaboration among stakeholders and the provision of well-defined project goals and deliverables. Additionally, specific guidelines for budget proposals and funding allocation are provided to ensure transparency and effective financial management. Potential bidders are urged to familiarize themselves with the project’s objectives and requirements, as thorough proposals are essential for evaluation. Emphasizing adherence to federal regulations and collaboration with local entities is pivotal for fostering an inclusive approach. The document underscores the importance of compliance with environmental and safety standards, hinting at the potential impact of the project on the community and environment. Overall, the RFP signifies a critical step in the government’s procurement process, aiming to enhance public service through effective project implementation.
    The document outlines a price schedule for the installation of two tankless water heaters as part of a project named AVFC Hot Water Replacement. It specifies the work to be performed, the quantity of heaters required, and the billing structure, which is presented as a lump sum for the entire installation rather than itemized costs for each heater. The principal purpose of this schedule is to detail the financial aspects of the installation process, aligning with standard practices in government Requests for Proposals (RFPs), grants, and contracts at both federal and local levels. This summary conveys that the project involves modernizations aimed at improving energy efficiency through the installation of tankless water heating systems, reflecting broader government initiatives focused on upgrading infrastructure and utilizing advanced technologies to enhance service delivery.
    The Bureau of Land Management (BLM) is issuing a Request for Quotation (RFQ) for the replacement of hot water heaters at the Apple Valley Fire Center in California, as per RFQ No. 140L1225Q0008. This construction project, valued at less than $25,000, falls under simplified acquisition procedures and is set aside for small businesses. It requires completion within 30 calendar days from the notice to proceed, with a bid deadline set for May 9, 2025. Interested contractors must submit their quotations, demonstrating compliance with technical requirements and including necessary certifications. Key deadlines include an optional site visit on April 22, 2025, and the submission of questions about the RFQ by April 25, 2025. The selection will be based on the lowest price that meets technical specifications, providing an equitable evaluation method. Furthermore, the successful contractor must maintain compliance with federal regulations, including wage determinations and insurance requirements. The RFQ emphasizes the importance of proposals being valid for a minimum of 60 days and outlines the necessity for registration in the System for Award Management (SAM) prior to submission. This procurement highlights the government's commitment to securing timely and efficient service while supporting small business participation in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a water heater (NSN 4520015036159). The requirement includes a single unit to be delivered to DLA Distribution within 149 days after order placement, with approved sources specified for the item. This procurement is critical for maintaining operational readiness and support for military facilities. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 42 units of electric water heaters (NSN 4520012588330). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Commercial and Service Industry Machinery Manufacturing sector. The heaters are critical for plumbing and heating applications within military operations, emphasizing the importance of reliable equipment in supporting troop readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    45--HEATER,WATER,ELECTR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 22 units of the electric water heater (NSN 4520015407938). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 332323, which pertains to Ornamental and Architectural Metal Work Manufacturing. The heaters are essential for various military applications, ensuring reliable hot water supply in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quotes is 90 days after the award date, and further details can be accessed through the DLA's solicitation portal.
    N3904025Q2992- Temporary Water Heater
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotations for the rental of one temporary water heater package, essential for operations at Naval Base New London in Groton, Connecticut. The requirement includes a water heater capable of delivering a minimum of 600,000 BTU/hr, powered by 480 VAC, 3 phase, 60 Hz, along with necessary components such as temperature and pressure gauges, a flow meter, and isolation valves. This procurement is critical for maintaining operational efficiency and will be awarded based on the lowest price technically acceptable, with proposals due by September 4, 2025, at 12:00 PM EST. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Gordon Roberts III at gordon.j.roberts14.civ@us.navy.mil for further details.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. This project is critical for maintaining reliable hot water services within the medical facility, ensuring the comfort and care of veterans. Interested vendors must submit their quotes by December 18, 2025, at 12 PM ET, and all inquiries should be directed to Contract Specialist Jessica Cummings via email at Jessica.Cummings3@va.gov.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.