Kyle Canyon Bunkhouse HVAC Replacement
ID: 1240LT25Q0061Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    White Sands Test Facility (WSTF) B100, B101, and B111 HVAC System Upgrades
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Johnson Space Center is seeking capability statements for the HVAC system upgrades at the White Sands Test Facility (WSTF) in Las Cruces, New Mexico. The project involves the design and construction of modern heating, ventilating, and air conditioning systems for buildings B100, B101, and B111, which currently utilize outdated systems from the 1960s. This initiative is critical for enhancing energy efficiency and operational effectiveness, with an estimated project cost of approximately $12 million. Interested firms, particularly those in small business categories, must submit their qualifications by December 12, 2025, to the designated contacts, Victoria Cueto and Joshua Hlavenka, via email.
    CFA-699 HVAC Replacement Project
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    CFA-1609 HVAC
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. This project, designated as 531-24-104, involves significant upgrades including the installation of fan coil units, heat exchangers, and a closed heating loop utilizing geothermal water, with a contract value estimated between $500,000 and $1,000,000. The procurement is set aside for small businesses, and proposals are due by December 11, 2025, at 12:00 PM MT, with a performance period of 180 calendar days from the Notice to Proceed. Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.