ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Kyle Canyon Bunkhouse HVAC Replacement

DEPARTMENT OF AGRICULTURE 1240LT25Q0061
Response Deadline
Nov 22, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the HVAC replacement project at the Kyle Canyon Bunkhouse located in the Spring Mountains National Recreation Area, Nevada. The project entails the removal of the existing HVAC system and the installation of a new system, including a high-altitude conversion kit and a liquid propane conversion kit, to ensure compliance with local environmental and operational standards. This procurement is crucial for maintaining the functionality and comfort of the bunkhouse, which serves as housing for Forest Service employees. Proposals are due by November 21, 2025, and interested parties should submit their offers electronically to Westley Bisson at westley.bisson@usda.gov or Tony Taylor at tony.taylor@usda.gov. The estimated contract value ranges between $25,000 and $100,000, with a performance period from October 27, 2025, to March 31, 2026.

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
J041
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

9 Files
1240LT25Q0061 - Kyle Canyon Bunkhouse HVAC Replacement (29 Pages).pdf
PDF342 KB11/6/2025
AI Summary
The USDA-FS CSA Intermountain is issuing a Request for Quotation (RFQ) 1240LT25Q0061 for the Kyle Canyon Bunkhouse HVAC Replacement project in the Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest, Clark County, Nevada. The project involves removing and disposing of the existing HVAC system and installing a new one with high-altitude and liquid propane conversion kits. The estimated value is between $25,000 and $100,000, and the work must be completed within 30 calendar days after the notice to proceed, between October 27, 2025, and March 31, 2026. This is a small business set-aside. Proposals are due by October 10, 2025, at 1700 MT and must be submitted via email to Westley.Bisson@usda.gov. Evaluation will be based on a best value approach, considering price, past performance, experience, and technical approach, with non-price factors being equally important to price. Adherence to Buy American Act and affirmative action requirements for construction, including specific goals for minority and female participation, is mandatory.
J.1 Wage Determinations (Building) (Clark County, Nevada) (NV20250038) (08.22.2025) (10 Pages).pdf
PDF77 KB11/6/2025
AI Summary
This document, "General Decision Number: NV20250038," outlines prevailing wage rates and fringe benefits for building construction projects in Clark County, Nevada, excluding specific test sites. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into during specific periods. The document lists various craft classifications, including Asbestos Workers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, along with their respective wage and fringe benefit rates. It also provides guidelines for unlisted classifications, explanations of rate identifiers (Union, Union Average, Survey, State Adopted), and an appeals process for wage determinations. Additionally, it mentions Executive Order 13706 regarding paid sick leave for federal contractors.
J.2 Statement of Work Specifications (43 Pages).docx
Word83 KB11/6/2025
AI Summary
The Statement of Work outlines the replacement of an HVAC system at the Kyle Canyon Bunkhouse in the Spring Mountains National Recreation Area, Humboldt-Toiyabe National Forest. The project includes the removal of existing units and installation of a new Lennox ML180UH090E60C LP Compatible Gas-Fired Central Furnace (or equivalent) and Lennox ML18XC2-048-230 air-cooled condenser (or equivalent), with a high-altitude and liquid propane conversion kit. The contractor must adhere to codes like NFPA 58 & 70, SMACNA, and 2018 IMC. Work is scheduled from October 2025 to January 2026, with a 30-calendar-day completion target. Site limitations include active employee housing, requiring 5 business days' notice and work confined to weekdays (7:00 am-6:00 pm). HVAC system shutoff is limited to one workday without prior authorization. The contractor is responsible for obtaining all necessary permits and coordinating utility interruptions with two days' notice and written permission from the Contracting Officer (CO). Detailed specifications cover mechanical insulation, LP piping, refrigerant piping specialties, and startup/commissioning procedures, including submittal requirements and testing protocols. Payment for most items is included in a lump sum, with specific measurement and payment methods detailed for various construction items. All work must comply with seismic requirements.
J.3 Maps Drawings (3 Pages).pdf
PDF1521 KB11/6/2025
AI Summary
The United States Department of Agriculture, Forest Service, is undertaking the GAOA Kyle Canyon Bunkhouse HVAC Replacement project within the Humboldt-Toiyabe National Forest, Spring Mountains National Recreation Area, in Las Vegas, Nevada. This project involves replacing the existing HVAC system, including the furnace, cooling coil, and condensing unit. Key requirements include installing a 4-ton variable speed propane furnace with an 88 MBH heating capacity and an 18 SEER air-cooled condensing unit. Contractors are responsible for installing high-altitude (6,200 ft) conversion kits and liquid propane fuel conversion kits. The project also entails modifying existing ductwork, drains, and electrical connections, rerouting coolant lines, and ensuring proper disposal of old equipment. The scope includes removing furnace closet walls, relocating the outdoor unit's concrete pad, and replacing all vent and drain lines with weather-protected and screened penetrations.
1240LT25Q0061.0001 - Kyle Canyon Bunkhouse HVAC.pdf
PDF91 KB11/6/2025
AI Summary
Amendment 0001 to solicitation 1240LT25Q0061 extends the offer due date to October 31st, 2025, due to a government shutdown and to allow time for a pending amendment to address questions. This amendment concerns the Kyle Canyon Bunkhouse HVAC Replacement project in the Spring Mountains National Recreation Area, Nevada. The project involves removing existing HVAC components and installing a new system with high-altitude and liquid propane conversion kits. The period of performance is from October 27th, 2025, to March 31st, 2026, with 30 calendar days for completion once work begins. Proposals should be submitted electronically to Westley.Bisson@usda.gov.
1240LT25Q0061.0002 - Kyle Canyon Bunkhouse HVAC.pdf
PDF90 KB11/6/2025
AI Summary
Amendment 0002 for solicitation 1240LT25Q0061, concerning the Kyle Canyon Bunkhouse HVAC Replacement project, extends the offer due date to November 21st, 2025, due to a government shutdown. This amendment also includes responses to information requests and an updated Drawings attachment. Brian Wharton will serve as the interim Contracting Officer during the shutdown. The period of performance for the project is from October 27th, 2025, to March 31st, 2026. All other terms and conditions of the original solicitation remain unchanged. Offers must acknowledge this amendment as specified.
Questions - Answers 11-6-2025.pdf
PDF44 KB11/6/2025
AI Summary
This document, "Questions – Answers – November 6, 2025," addresses various contractor queries regarding an HVAC replacement project. Key clarifications include the need to reconstruct furnace room walls to their original condition after unit replacement and the specific venting requirements for both the furnace room and the furnace itself, emphasizing adherence to applicable codes, manufacturer instructions, and drawings. Attic access is in the hallway. The document also details the consideration of alternate manufacturer equipment, provided it meets specifications and sizing, with justification required for alternate sizing. Other points cover the reuse or replacement of the concrete slab, contractor determination of demolition methods for old copper lines, and the acceptability of cord-and-plug connections for the new furnace. The existing propane tank is already onsite, and any modifications due to the new unit are the contractor's responsibility. The existing condensate drain point is acceptable for reuse. The overall purpose is to provide clear guidance and resolve ambiguities for bidders on this government project.
J.3.1 Maps Drawings UPDATED (3 Pages).pdf
PDF1672 KB11/6/2025
AI Summary
The United States Department of Agriculture, Forest Service, is undertaking an HVAC replacement project for the Humboldt-Toiyabe National Forest's Spring Mountains National Recreation Area, Kyle Canyon Bunkhouse. This project involves replacing the existing furnace system and cooling coil, along with modifications to the condensing unit pad and associated ductwork, drains, and electrical connections. Key specifications include a 4-ton variable speed propane furnace with an 88 MBH heating capacity and an 80% AFUE, and a 4-ton air-cooled condensing unit with an 18 SEER rating. The project requires the installation of a high-altitude conversion kit for the 6,200-foot elevation and a liquid propane fuel conversion kit. The contractor is responsible for ensuring the total installed system cooling capacity is no less than 48,000 BTU with a system SEER rating of 16. The project also mandates the replacement of furnace closet walls and the addition of exterior room venting for combustion airflow.
J.4 Experience Questionnaire (2 Pages).pdf
PDF262 KB11/6/2025
AI Summary
The USDA Forest Service's "EXPERIENCE QUESTIONNAIRE" is a critical document for contractors bidding on federal projects, such as the Kyle Bunkhouse HVAC Replacement on the Humboldt-Toiyabe National Forest. This questionnaire evaluates a firm's qualifications, experience, and capacity to perform the contemplated work. It requires detailed information on the contractor's business structure, years of experience as a prime and/or sub-contractor, and a list of completed projects within the last three years, including contract amounts and client references. Additionally, it asks about concurrent contractual commitments, any past failures to complete work, and whether the project site was inspected. The form also assesses available resources, including minimum and maximum employee counts, whether employees are regularly on payroll, and a list of available equipment. Contractors must provide an estimated rate of progress and detail the experience of principal individuals involved in the contract. The questionnaire concludes with a certification statement, emphasizing the importance of providing complete and accurate information to help the Forest Service evaluate the contractor's ability to successfully complete the project.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 12, 2025
amendedAmendment #1· Description UpdatedSep 22, 2025
amendedAmendment #2· Description UpdatedOct 9, 2025
amendedAmendment #3· Description UpdatedOct 29, 2025
amendedLatest Amendment· Description UpdatedNov 6, 2025
deadlineResponse DeadlineNov 22, 2025
expiryArchive DateDec 6, 2025

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
FOREST SERVICE
Office
USDA-FS, CSA INTERMOUNTAIN 8

Point of Contact

Name
Westley Bisson

Place of Performance

Las Vegas, Nevada, UNITED STATES

Official Sources