N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
ID: 140P9725Q0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEALASKA REGIONAL OFFICE(97000)ANCHORAGE, AK, 99501, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center located within the Gates of the Arctic National Park and Preserve in Alaska. The project involves the removal of outdated heating equipment and the installation of new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit their proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janet_milson@nps.gov or call 907-201-2581.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 3:06 PM UTC
The file outlines the project for replacing the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The current mechanical system, installed in 2011, has become inefficient, with a specific failure in the boiler prompting this project. The contractor's work includes the removal and disposal of outdated equipment, and the installation of new systems compliant with existing infrastructure and regulatory codes. The project emphasizes safety, environmental protection, and minimal disruption to park operations, with contractors expected to follow specific guidelines about work hours, utility management, and accident prevention. All work must be documented, and progress reports with photographs are mandatory. Furthermore, the project timeline stipulates completion no later than October 2025, with coordination required for housing and transportation of personnel. This initiative is essential for maintaining efficient operations of the visitor center, reflecting the government's commitment to preserving public facilities in remote areas.
Apr 21, 2025, 3:06 PM UTC
The Bettles Visitor Center Heating System Replacement Project entails a comprehensive overhaul of its mechanical heating infrastructure. The project includes replacing various components under specified Contract Line Items, such as the hot water heater, glycol supply lines, air separator, and multiple heating and ventilation units. The documented photo log visually illustrates the current state of existing systems that require replacement, highlighting components such as the boiler manifold and heat recovery ventilation units. Each item documented in the photos is to be addressed under designated contract lines, ensuring thorough modernization of the heating system. This project not only aims to enhance operational efficiency but also aligns with compliance guidelines for federal and state standards in facility management. Overall, the project exemplifies a commitment to improving infrastructure within government facilities, ensuring both functionality and safety.
Apr 21, 2025, 3:06 PM UTC
The Hot Work Permit (Form HW-1) outlines procedures and safety measures for conducting hot work operations, which involve potential fire hazards. Hot work is restricted to designated or permit-required areas, which must be inspected and approved by a designated Permit Authorizing Individual. Non-permissible areas include locations with impaired sprinkler systems, explosive atmospheres, and areas containing flammable materials. Key components of the Hot Work Permit include the identification of the work area, type of work, and required precautions to minimize fire risks, such as maintaining clean floors and ensuring proper equipment condition. A fire watch is mandated during and after the operation, supported by the provision of fire extinguishers and trained personnel. Inspections are to occur every 20 minutes for an hour post-completion. This document serves as an essential compliance tool for government entities and contractors, ensuring safety protocols are followed to prevent fire incidents during hot work tasks, thereby aligning with federal and local regulations regarding fire safety and worker protection.
Apr 21, 2025, 3:06 PM UTC
The document details the General Decision Number AK20250001, effective March 14, 2025, pertaining to prevailing wage rates for various construction trades in Alaska, aligning with the Davis-Bacon Act and recent Executive Orders concerning wage standards. It specifies minimum wage requirements based on the contract award date and applicable concurrent contracts, detailing two primary Executive Orders: EO 14026, mandating at least $17.75 per hour for contracts after January 30, 2022, and EO 13658, applicable to older contracts, requiring at least $13.30 hourly for covered workers. The wage determination lists classifications and rates across multiple construction occupations, including specialized roles such as electricians, plumbers, laborers, and operators, with varying wages and fringe benefits specified. The document emphasizes compliance with worker protections and outlines the appeals process for wage determination matters, ensuring transparency and accountability in contractor requirements. Additionally, it highlights ongoing updates to wage determinations to reflect changing rates and labor standards. This summary reflects the government’s commitment to fair labor practices in federally funded projects, aiming for regulatory adherence and worker protection in Alaskan construction endeavors.
Apr 21, 2025, 3:06 PM UTC
The document outlines a transmittal form used by the National Park Service (NPS) for submissions related to projects, likely involving federal contracts and specifications. Key sections include space for project identification (e.g., Park, Project, Contract No.) and details about the items submitted (such as size, type, manufacturer, and intended use). It highlights the contractor's responsibilities regarding accuracy, completeness, and compliance with contract stipulations, alongside a review process that includes comments and review dates. The primary purpose of this form is to facilitate clear communication regarding project specifications, approvals, and action items, ensuring all parties understand contractual obligations and project requirements. The structured format allows for detailed record-keeping and tracking of submissions between contractors and NPS representatives, reflecting the meticulous nature of federal project management, particularly in environments where compliance and standards are essential.
Apr 21, 2025, 3:06 PM UTC
The document pertains to a government solicitation for a contract under solicitation number 140P9725Q0016, primarily focusing on the replacement of boiler systems and associated equipment. It outlines the requirements for offerors to submit proposals that comply with given solicitation documents to avoid having their proposals deemed unacceptable. The specific tasks include the replacement of a boiler and a heat recovery ventilator, necessitating adherence to standards set forth in the contract. The document emphasizes the importance of conforming to solicitation details during the proposal submission process, indicating that failure to comply can adversely affect the acceptance of proposals. Overall, this file serves as a pricing schedule and guideline for contractors interested in bidding for the project, ensuring they understand the scope of work required and the importance of compliance with solicitation terms.
The file describes the plans for the replacement of the Multi-Agency Visitor Information Center at Bettles, located within Gates of the Arctic National Park and Preserve and Kanuti National Wildlife Refuge in Alaska. The construction drawings outline critical components including civil, architectural, structural, mechanical, and electrical designs. Key elements include site plans, building layouts, ventilation systems, heating and plumbing schedules, and fire suppression elements. Additionally, the project aligns with federal grant guidelines and local regulations, ensuring compliance with safety and design standards. This initiative emphasizes modern visitor facilities and environmental compatibility in a sensitive wilderness area. The comprehensive plans incorporated various stakeholder needs and aim to enhance visitor experiences while maintaining ecological integrity.
Apr 21, 2025, 3:06 PM UTC
The document presents an amendment to solicitation number 140P9725Q0016, concerning the Bettles Visitor Center Heating System Replacement project. It provides answers to contractor inquiries regarding work specifications, such as the replacement of all control valves, permitted working hours (7 am to 7 pm Monday to Saturday), and thermostat requirements. Contractors must replace existing thermostats with programmable units that can communicate alerts for temperature drops. Pro-Press fittings are not allowed, and contractors must arrange waste disposal through a specified landfill. Accommodation costs for contractors are also outlined, with a rate of $43.38 per day for housing. The project period is scheduled from July 1, 2025, to October 31, 2025. This amendment underscores procedural clarifications and expectations for contractors, ensuring regulatory compliance and operational standards for the project.
Apr 21, 2025, 3:06 PM UTC
The document outlines a Request for Quotation (RFQ) for the replacement of the heating system at the Bettles Visitor Center and Ranger Station within the Gates of the Arctic National Park, Alaska. It seeks bids from small businesses for a firm fixed-price contract with an estimated total cost between $100,000 and $250,000. Contractors are required to replace the boiler, associated equipment, and the heat recovery ventilator. The performance period is set from July 1, 2025, to October 31, 2025, with proposals due by April 28, 2025. Key requirements include submitting a narrative detailing the contractor's ability to meet project specifications, a completed pricing schedule, and proof of previous relevant experience. The evaluation will be based on the lowest price and technical acceptability. The RFQ emphasizes adherence to various federal regulations, including the Buy American Act. All interested parties must register in the System for Award Management (SAM). This solicitation underscores the government's commitment to supporting small businesses while ensuring efficient service delivery in federal infrastructure projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
SITK - REPLACE VISITOR CENTER FUEL TANK
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a heating fuel above-ground storage tank at the Sitka National Historical Park Visitor Center. The project involves the safe removal of an existing 2,000-gallon tank and its replacement with a new 1,350-gallon tank, ensuring compliance with safety regulations and minimal impact on the historic environment. This initiative underscores the federal government's commitment to sustainability and resource preservation while enhancing park facilities. Interested small businesses must submit their quotes by April 28, 2025, and can contact Francisco Velasco at franciscovelasco@nps.gov or 907-644-3313 for further information.
WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House, located in Seneca Falls, NY. The project involves the environmentally-friendly removal and replacement of an existing 100,000 BTU natural gas boiler, along with associated components, while adhering to historic preservation regulations and maintaining the integrity of the structure. This initiative is crucial for upgrading the infrastructure of a significant historical site, ensuring energy efficiency without compromising its historical value. Interested small businesses must submit their proposals by May 1, 2025, with the project performance period scheduled from July 15, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
Fan Coil Unit Replacement
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking bids for the Fan Coil Unit Replacement project at the First Ladies National Historic Site in Canton, Ohio. The project involves replacing multiple fan coil units in a six-story building, requiring contractors to provide all necessary labor, materials, and equipment, with work anticipated to commence in June 2025. This initiative is crucial for maintaining the building's mechanical systems while adhering to historical preservation standards. The estimated contract value ranges between $500,000 and $750,000, and interested small businesses must submit their sealed bids by May 21, 2025. For further inquiries, contact Craig D. Bryant at craigbryant@nps.gov or call 330-468-2500 x6.
Y--WRST 248940 - Deficient Water Treatment System
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facility within Wrangell St. Elias National Park and Preserve, Alaska. The project entails the demolition of the existing facility, construction of a new water treatment building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to park operations and compliance with environmental standards. This initiative underscores the government's commitment to enhancing public infrastructure and environmental stewardship. Interested contractors must submit their proposals by April 23, 2025, at 12:00 PM Alaska Time, and can direct inquiries to Amber Hughes at amberhughes@nps.gov.
SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a firm fixed-price contract to provide boiler maintenance services at the Golden Gate National Recreation Area in California. The project involves servicing eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. Contractors must demonstrate relevant experience, possess a valid California C-4 license, and submit proposals by April 30, 2025, with evaluations based on price, experience, and past performance. Interested parties can contact Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435 for further details.