The National Park Service, Contract Operations East - Boston, has issued a Pre-Solicitation Notice for a firm fixed price/time and material contract aimed at providing plumbing, mechanical, and heating systems maintenance services for the National Parks of Boston, MA. The selected contractor will be responsible for 24/7 operation and preventive maintenance, particularly focusing on boiler systems across various sites including the Charlestown Navy Yard and Bunker Hill Museum. The contract is set aside exclusively for Service Disabled Veteran Owned Small Businesses (SDVOSB) and follows the Service Contract Act guidelines with relevant wage rates applicable to Suffolk County, Massachusetts. Details regarding the solicitation will be available on the U.S. government’s contracting website around January 14, 2025, and will not be distributed via hardcopy or email. To qualify for the contract, bidders must have a UEI number, be registered in the System for Award Management (SAM), and complete online representations and certifications. A site visit will be scheduled to allow prospective offerors to better understand the contract requirements.
The United States Department of the Interior, National Park Service, seeks a contractor for a three-year Scheduled Service Agreement focused on 24/7 preventive maintenance and repair services for plumbing, mechanical, and heating systems across various facilities within the Boston National Historical Park. The contract includes a base year with two optional extensions, contingent on satisfactory performance and available funding. The selected contractor will provide all necessary labor, materials, and equipment to maintain these systems in compliance with manufacturer and regulatory standards.
Key responsibilities include routine preventive maintenance, emergency repairs, and operational inspections of critical systems such as boilers and HVAC units. The contractor is required to have certified personnel, respond to service requests promptly, and document all maintenance activities. All work is to uphold security and environmental policies, safeguarding park resources and historic structures.
This RFP highlights the federal government’s commitment to preserving historical sites while ensuring operational efficiency and safety, reflecting the importance of effective facility management within government operations.
This document outlines the Request for Quotation (RFQ) 140P4325Q0004_BOST for preventive maintenance and 24/7 repair services for boiler and plumbing systems at the National Parks of Boston. Bidders are required to provide comprehensive costs for a range of services spanning three periods: the base period from June 1, 2025, to May 31, 2026, and two option periods extending to 2028. Specific tasks include the first and second preventative maintenance services for 31 boilers and quarterly servicing of specific units. The bid must detail unit prices and totals for various scheduled labor, including day, night, and weekend rates.
The award will be made to the lowest responsive bidder, considering both the base bid and option periods. Bids that are materially unbalanced could be rejected as non-responsive. Payments will be based on actual quantities delivered, as bid item quantities are estimates. This RFQ reflects the government's commitment to maintaining critical infrastructure in federal parks while adhering to strict procurement regulations and ensuring competitive bidding practices.
The document is a Request for Quote (RFQ) issued by the National Park Service for plumbing, mechanical, and heating systems maintenance and repair services at Boston National Historical Park. This RFQ is solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 238220. It outlines a firm-fixed-price/time and materials contract for services spanning a base year and two optional years, requiring contractors to provide all necessary resources while adhering to applicable regulations.
Key components include the submission instructions for quotes, which must be emailed by February 13, 2025. Potential contractors are urged to demonstrate technical expertise and prior relevant experience through a narrative; they also need to provide a comprehensive pricing schedule and proof of required licenses. The government intends to award the contract based on the lowest price that meets specified technical requirements.
Moreover, the document highlights the necessity for liability insurance, outlines terms for contract duration, and emphasizes using the U.S. Treasury's Electronic Invoice Processing Platform for payments. The RFQ aims to ensure qualified vendors are selected to support the operational needs of federal properties, thereby reinforcing the commitment to small businesses and efficient governance in federal contracting.