IL CRAB ORCHARD NWR HVAC SERVICE BPA
ID: 140FS224Q0308Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremy_riva@fws.gov or by phone at 303-236-4327.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) aimed at securing HVAC services for the Crab Orchard National Wildlife Refuge, covering a period from November 11, 2024, to November 10, 2029. The government seeks proposals from small businesses, with an emphasis on providing maintenance, repair, and system services for the Refuge's headquarters and visitor center. A mandatory site visit is required to ensure realistic and competent bids. Proposals must be submitted electronically by November 1, 2024. The government reserves the right to award the BPA based on the best value rather than the lowest price, considering factors such as technical capability and past performance. Additionally, the document includes guidelines for invoicing, mandatory clauses under Federal Acquisition Regulations, and compliance requirements, assuring that contractors adhere to federal laws concerning small business, labor standards, and safety regulations. The BPA is established with a maximum limit of $250,000, detailing authorized personnel for making and processing orders, emphasizing government’s tax-exempt status, and outlining conditions for payment processing through the DOI Electronic Invoicing and Payment Requirements. This structured document facilitates government procurement processes while fostering opportunities for small business participation.
    The Crab Orchard National Wildlife Refuge (CONWR) is seeking contractors for a five-year Blanket Purchase Agreement (BPA) focused on the maintenance and repair of HVAC systems at the Headquarters and Visitor Center buildings. This agreement encompasses routine service, diagnostics, and essential repairs for various indoor units, geothermal pumps, and outdoor systems, requiring biannual check-ups. A site visit prior to proposal submission is mandatory to familiarize contractors with the systems in place. Proposals must include detailed price and technical outlines, demonstrating the contractor's capability to fulfill the scope of work while adhering to safety and compliance regulations. Contractors will manage all necessary materials and waste disposal, ensuring operations align with local laws. Work is expected to occur during regular hours, with emergency services available on an as-needed basis. The BPA is part of the federal procurement process, reflecting CONWR's commitment to maintaining its facilities efficiently and sustainably while employing proper oversight and operational management protocols.
    The document outlines a range of federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing infrastructure, public health, and safety across various sectors. It emphasizes the importance of complying with government standards, addressing environmental hazards, and managing public resources effectively. Key topics include the assessment and remediation of hazardous materials, such as lead and asbestos, in historical sites, along with specifying safety protocols to ensure compliance during renovations. The overarching purpose is to articulate government initiatives that prioritize modernization, compliance with safety standards, and careful management of public funds in service-related projects, thus enhancing societal benefits while minimizing health risks. The report serves as a guide for potential contractors and grantees, encouraging adherence to best practices in project execution and sustainability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    IL-CRAB ORCHARD NWR-BPA SETUP- DUMPSTER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to establish a five-year Blanket Purchase Agreement (BPA) for dumpster services at the Crab Orchard National Wildlife Refuge in Southern Illinois. The procurement requires contractors to provide various sizes of dumpsters and regular servicing, with flexibility to adjust services based on the Refuge's needs. This initiative is crucial for maintaining operational efficiency and environmental stewardship within the Refuge. Interested contractors must submit both price and technical proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at reneebabineau@fws.gov or call 404-679-7349.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.
    BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, has issued a Combined Synopsis/Solicitation notice for a Blanket Purchase Agreement (BPA) for Air Conditioning and Warm Air Heating services. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies must compete at the call level. The purpose of this procurement is to establish agreements with companies that provide standard commercial supplies and services related to air conditioning equipment and refrigeration and air conditioning components. The BPA will be awarded based on positive Past Performance, which will be evaluated on factors such as Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. Interested vendors should provide a minimum of three Past Performance References. The government also requires vendors to have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside, and vendors with technical and past performance merit may be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil by the specified deadlines. The government reserves the right to consider past performance information from other sources. The primary and secondary points of contact for this procurement are Barbara Grinder and Brandi Sorzano.
    BLUE GRASS ARMY DEPOT: HVAC SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking qualified contractors to establish Master Blanket Purchase Agreements (BPAs) for HVAC services, including preventative maintenance and repair/replacement of various HVAC equipment. The procurement aims to ensure rapid response capabilities to prevent operational failures at BGAD, with a focus on specialized equipment such as refrigeration systems and industrial cooling units. Interested small businesses must submit their capability statements, including service response times and pricing, by September 30, 2024, with a maximum BPA limit of $750,000 and individual calls not exceeding $249,000. For further inquiries, contractors can contact Conner McCracken or Jeremy Turner via the provided email addresses.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of a prefabricated open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Navajo County, Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways measuring approximately 54' x 110', with specific engineering standards for snow and wind loads. This initiative is part of the federal government's commitment to enhancing infrastructure for environmental conservation and wildlife breeding efforts, with an estimated project budget between $25,000 and $100,000. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    91--AK-INNOKO NWR-MCGRATH HEATING OIL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of heating oil for the Innoko National Wildlife Refuge in McGrath, Alaska. The contract requires the delivery of heating oil on a monthly basis to two specific locations, with an initial contract period from September 2, 2024, to September 1, 2025, and options for four additional years extending through 2029. This procurement is crucial for maintaining operational heating needs at the facilities, ensuring compliance with federal regulations, and promoting small business participation as it is designated as a Total Small Business Set-Aside. Interested vendors must submit their quotes by the specified deadline and ensure they are registered as active vendors on SAM.gov; for further inquiries, they can contact Oscar Orozco at oscarorozco@fws.gov.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.