TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
ID: 140FC124Q0032Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

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

PSC

CONSTRUCTION OF PRODUCTION BUILDINGS (Y1EC)

Set Aside

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

    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 nicole_c_johnson@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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service has issued a Request for Proposal (RFP) for the installation of a 10-ton or larger heat pump for a new metal barn at the Dale Hollow National Fish Hatchery, located in Clay County, Celina, TN. Interested offerors must ensure active registration with the System for Award Management (SAM) and complete the required Online Representations and Certifications (ORCA). Proposals are due by September 10, 2024, at 5:00 pm EST, and should include a technical proposal with product and warranty details as well as a timeline from ordering to installation. Additionally, vendors are required to submit completed forms, including SF-1442, acknowledge any amendments, and provide a detailed bid schedule. The project has a budget of less than $25,000 and will utilize a "Best Value" award criterion that considers both price and technical capabilities. Bonding requirements include a 20% bid bond and both 100% performance and payment bonds. Direct inquiries and proposals should be sent to designated contacts within the agency. This solicitation reflects the federal government's ongoing efforts to procure necessary facilities management services in support of wildlife conservation operations.
    The project specifies a government Request for Proposals (RFP) for the installation of electrical panels and HVAC systems at a designated location (GPS coordinates: 36.542450, -85.461717). The primary heating source is suggested to be comparable in cost to an air source heat pump, although this system is not part of the current installation project. Evaluation will focus on the cost, performance, and reliability of the HVAC systems. Dehumidification is explicitly excluded from the project budget, and the building features specific window dimensions and R17 insulation, as well as open water tanks operating at 50-60°F. Wiring from the newly installed panels to HVAC and controls is included in the bid. This document indicates future upgrades and considerations around heating sources, suggesting a strategic approach towards energy efficiency and infrastructure improvement in line with planning and budgetary constraints.
    The Dale Hollow National Fish Hatchery is seeking to install a heating and cooling system—a heat pump of 10 tons or larger—for a new 4,000 sq ft metal barn, crucial for maintaining aquatic species at temperatures between 46 and 62°F. The barn, designed with R17 insulation and concrete slab, will be completed by late November 2024. The hatchery emphasizes the importance of both heating and cooling capabilities given Tennessee's climate. Key considerations for selecting the heat pump include installation costs, operational expenses, air handling configurations, and equipment warranties. The installation must comply with state and federal safety and building regulations, inspected by the USFWS. The project's timeline stipulates construction starting within 60 days of receiving the Notice to Proceed, with delivery and installation at the hatchery in Celina, TN. The project represents a significant investment in supporting endangered species conservation efforts while enhancing operational efficiency at the facility.
    The document outlines a complex proposal within the context of federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the systematic approach for securing funding for various projects by detailing the necessary compliance with government regulations and standards. Key aspects include the bid and contract specifications, project management guidelines, and requirements for deliverables. The document highlights the importance of transparency and accountability in the procurement process, emphasizing the evaluation criteria for proposals, such as budget considerations, project feasibility, and alignment with community needs. Furthermore, it addresses the roles of different stakeholders, including federal agencies, state authorities, and local organizations, in facilitating successful project implementation. The structure of the document is organized into distinct sections that delineate project objectives, application procedures, timelines, and funding allocations, ensuring clarity for potential applicants. Through this comprehensive framework, the document seeks to guide stakeholders in effectively navigating the application process and securing necessary resources for various initiatives, thus underlining the government's commitment to actively support community development and public service enhancement.
    The federal government is soliciting proposals for a construction contract at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project entails the installation of a new heat pump system for a newly constructed 4,000 square foot fish rearing building, which is projected to be completed by December 2024. Interested contractors must provide a quoted price for labor and materials as outlined in the bid schedule. The bid includes details on labor and materials, with all pricing structured as a lump sum. Potential bidders are required to fill in essential company information such as Unique Entity ID, CAGE Code, and contact details. This request for proposals (RFP) reflects the government's focus on enhancing fish rearing capabilities through this infrastructure improvement at a federal hatchery, ensuring efficiency and compliance within aquatic resource management.
    Metacero Build is a supplier of quality pre-engineered metal buildings and components, catering to various construction needs across the U.S. The company focuses on client service throughout the manufacturing process, offering a wide range of metal products including roofing and wall panels for industrial, agricultural, commercial, and residential projects. Their steel construction kits provide customizable solutions made from high-quality galvanized steel, ideal for warehouses, barns, and other structures. Metacero Build's product offerings include different types of roof panels, colors, structural supports (such as purlins and pipes), and insulated panels designed for energy efficiency. They also provide various accessories for construction projects, ensuring that clients have everything needed for successful builds. This document situates Metacero Build within the context of government RFPs and grants by showcasing their capabilities, product diversity, and dedication to client satisfaction, making them a potential contractor for federal, state, and local government projects that require metal building solutions. The emphasis on quick turnaround times and customization positions them favorably for competitive bidding in the construction sector.
    This document refers to Amendment 1 of the federal solicitation number 140FC124Q0032 regarding the HVAC purchase and installation at TN-DALE HOLLOW NFH. The primary purpose of this amendment is to re-open the solicitation and extend the bid deadline to November 15, 2024, with the period of performance scheduled from December 2, 2024, to February 28, 2025. The amendment requires that contractors acknowledge receipt of this change by specific methods to ensure their offers are considered before the deadline. Additionally, it outlines the conditions for making changes to existing offers. The document is structured into sections detailing administrative changes, acknowledgment procedures, and the contractor's responsibilities, making it crucial for ensuring compliance and clarity during the bidding process.
    The document illustrates Amendment 2 to solicitation 140FC124Q0032 for the HVAC purchase and installation at TN-Dale Hollow National Fish Hatchery. The amendment revises the original terms by providing answers to inquiries received from potential bidders, with the answers outlined in an attached document. It specifies that offerors must acknowledge the receipt of this amendment for their proposals to be considered valid and provides details on how to submit changes to previously submitted offers. The period of performance for the project is set from December 2, 2024, to February 28, 2025. As with prior documentation, all remaining terms and conditions not modified by this amendment remain in effect. The document underscores the importance of adhering to deadlines and submission protocols in the federal procurement process. This summary highlights the key procedural elements of the amendment and its context within the larger framework of federal contracting and solicitation practices.
    The solicitation outlines a Request for Proposal (RFP) for the purchase and installation of an HVAC system for the U.S. Fish and Wildlife Service's Dale Hollow National Fish Hatchery in Celina, TN. The project entails installing a heating and cooling system in a new 4,000 square foot facility, which will be ready for HVAC installation by December 2024. Estimated costs are below $25,000, making this a Total Small Business set-aside. A firm-fixed-price contract will be awarded based on best value, considering price, technical aspects, and past performance. Offers must include required bonds for contracts over $35,000. The contractor must start within 10 days of notification, with a performance period from November 1, 2024, to January 31, 2025. Special requirements include adherence to environmental regulations, reporting on hazardous materials, and compliance with labor standards. The document specifies contractor responsibilities, including those related to site conditions and work hours. This RFP reflects federal commitment to utilizing small businesses while ensuring compliance with environmental and labor regulations during construction.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    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 jeremyriva@fws.gov or by phone at 303-236-4327.
    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.
    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.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    R--Coleman Modernization Alternatives Scoping Report
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified businesses to conduct an in-depth review and develop a scoping report for the modernization of the Coleman National Fish Hatchery (CNFH). The objective is to evaluate the hatchery's infrastructure and propose viable alternatives that enhance aquaculture production while ensuring environmental sustainability and compliance with regulations, particularly in the context of climate change and watershed management. This initiative is crucial for supporting threatened and endangered salmonid populations in the Battle Creek watershed, as CNFH is the largest fish hatchery in the continental U.S. Interested vendors must submit their responses by October 4, 2024, at 10:00 AM PDT, including business size, contact information, capabilities statements, and relevant documentation to Mouang Phan at mphan@usbr.gov. The project has an estimated funding amount of $19 million and is classified under NAICS Code 541690 for Other Scientific and Technical Consulting Services.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    Bldg 514 Temporary Heat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the installation of temporary heating in Building 514. The project requires the installation of a two-stage portable heater, ductwork, a natural gas line, and a fabricated door cover, with a budget estimated between $100,000 and $150,000. This procurement is set aside for small businesses and emphasizes compliance with safety and environmental regulations, as well as adherence to wage determinations under the Davis-Bacon Act. Interested contractors must submit their proposals electronically by October 7, 2024, and can direct inquiries to James Wasson at james.k.wasson.civ@us.navy.mil or Michelle Farrales at michelle.a.farrales.civ@us.navy.mil.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Z--BLDG 3330S HVAC RENOVATION AT NAVAL SUPPORT ACTIVITY (NSA) CRANE, CRANE, INDIANA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside contractor for the renovation of the HVAC system in BLDG 3330S at Naval Support Activity (NSA) Crane, Crane, Indiana. The contract will include the replacement of the 2nd floor HVAC system, full space renovations, replacement of 1st floor HVAC controls, and replacement of the sprinkler system with a smoke exhaust fire protection system in an anechoic chamber. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The contract will be a lump-sum firm fixed-price type contract, with a completion date of 365 days after award. The NAICS Code for this solicitation is 238220 Plumbing, Heating, and Air Conditioning Systems. The Small Business Size Standard is $15.0 million. The release date for this solicitation is estimated to be on 23 March 2018, with proposals due no earlier than 30 calendar days after the release date. Offerors must be registered in the System for Award Management (SAM) database prior to contract award.
    24Z5AX8 - Emergency Repair Chiller #1 Powerhouse
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is seeking a qualified contractor for emergency repairs to Chiller 1 at the Federal Medical Center (FMC) Carswell in Fort Worth, Texas. The project involves replacing the Adaptive Frequency Drive (AFD) assembly for the Trane Centrifugal Chiller and upgrading its control systems, with the contractor responsible for all labor, materials, and salvaging existing components while ensuring minimal disruption to facility operations. This procurement is crucial for maintaining operational efficiency and safety within the correctional facility, with an estimated contract value between $100,000 and $250,000. Interested parties must register in the System for Award Management (SAM) and submit any technical questions by September 30, 2024, to the primary contact, Angel Rivera, at a3rivera@bop.gov.