Burley Fire Office HVAC System Replacement
ID: 140L2624Q0071Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTIDAHO STATE OFFICEBOISE, ID, 83709, 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 Bureau of Land Management (BLM) is soliciting proposals for the replacement of the HVAC system at the Burley Fire Office in Idaho. The project involves the complete demolition of outdated HVAC systems and the installation of new energy-efficient units, including two-stage gas furnaces and programmable thermostats, in compliance with federal standards and building codes. This initiative is crucial for maintaining optimal climate control in government facilities while promoting energy efficiency and environmental responsibility. Interested small businesses must submit their electronic quotes by September 20, 2024, with a project budget estimated between $25,000 and $100,000. For further inquiries, contractors can contact Heather McBride at hmcbride@blm.gov or by phone at 208-373-3993.

    Point(s) of Contact
    McBride, Heather
    (208) 373-3993
    (208) 373-3949
    hmcbride@blm.gov
    Files
    Title
    Posted
    The Burley Fire Office HVAC project involves replacing outdated HVAC systems at the Bureau of Land Management Fire Yard in Burley, Idaho. The contractor must remove existing units and install energy-efficient HVAC systems that comply with ASHRAE and international building codes. The new systems will feature advanced components, including 2-stage 96% gas furnaces, programmable thermostats, and CO detectors, ensuring optimal performance with a minimum SEER rating of 17. Key responsibilities include verifying existing conditions, managing demolition and installation, and adhering to safety and environmental regulations. A schedule is outlined to complete work promptly after receiving notice to proceed, and the contractor is required to coordinate with government representatives throughout the process. The contractor must maintain a clean work environment, dispose of hazardous waste properly, and ensure that all systems meet regulatory standards. Following completion, a one-year warranty will cover the work with extended warranties for major equipment. The document emphasizes the need for quality control, safety measures, and maintaining minimal disruption to ongoing operations. Overall, this HVAC replacement initiative aims to enhance energy efficiency and comply with government regulations, reflecting a broader commitment to modernizing public facilities.
    The Burley Fire Office HVAC project involves replacing outdated heating, ventilation, and air conditioning (HVAC) systems at the Bureau of Land Management Fire Yard in Burley, Idaho. The contractor is tasked with installing new energy-efficient systems, including two-stage 96% gas furnaces and two-speed air conditioning units, which must meet strict energy efficiency ratings and comply with various building codes and regulations. The project's requirements include the complete removal and installation of HVAC units, ensuring proper sizing, field verification of existing conditions, and adherence to industry standards for safety and quality control. The work is anticipated to start promptly after receiving a Notice to Proceed and must be completed within a specified timeframe. Progress will be tracked through schedules and regular meetings with government representatives. Furthermore, the contractor must maintain a safe work environment, submit necessary documentation, and ensure all resulting work meets government and environmental standards, including proper waste disposal. Overall, this project represents a significant investment in maintaining efficient operations within a government facility while emphasizing environmental responsibility and safety in construction practices.
    The document outlines the HVAC replacement project for the Burley Fire Office, located in Twin Falls, Idaho, under the jurisdiction of the Bureau of Land Management (BLM) within the U.S. Department of the Interior. The project, scheduled for completion by July 16, 2024, involves replacing existing heating and air conditioning units positioned on both the north and south sides of the building, with a focus on functionality and efficiency. Key components include a 3-ton AC unit on the north and a 4-ton on the south side, along with heating units situated in utility rooms. This project reflects the BLM's commitment to maintaining government facilities and ensuring optimal climate control systems in public service buildings, adhering to federal standards and promoting sustainability. The reference maps and design documentation facilitate the planning and execution of the HVAC improvements, ensuring a compliant and efficient structure.
    The document outlines the requisites for the Burley Fire Office HVAC Replacement project, focusing on detailed specifications for heating, ventilation, and air conditioning (HVAC) systems. Key components specified include 60,000 BTU and 80,000 BTU furnaces, air conditioning units, PVC piping, air filters, and thermostats. It further stipulates essential project management documents, such as the quality control plan, environmental protection plan, and accident prevention plan, which must be submitted alongside proposals. A preliminary schedule is also outlined for initial project tasks post-notice to proceed (NTP), with specific timelines for deliverables. Additionally, the document emphasizes the importance of operational and maintenance (O&M) data, site layout, and contractor warranties, all of which are critical for compliance and operational success of the project. This comprehensive set of requirements serves to ensure that the project meets federal standards while efficiently addressing environmental and safety considerations throughout the HVAC replacement process.
    The provided document details a wage determination for building construction projects in Idaho, specifically those subject to the Davis-Bacon Act and related Executive Orders. It outlines the minimum wage rates that contractors must adhere to, based on the type of contract. For contracts effective after January 30, 2022, the minimum wage is set at $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The wage determination also lists various classifications of laborers and associated rates, indicating both wage and fringe benefits for each role, such as electricians and laborers, some of which are influenced by union agreements. Additionally, it includes regulations for paid sick leave for federal contractors and an appeals process for wage determination disputes. This document serves as a vital resource for contractors ensuring compliance with federal labor standards in Idaho and assists in structuring bids for federal contracts. Overall, it emphasizes worker protections and establishes guidelines for fair wages in federal construction projects.
    The document serves as a record of questions posed by contractors regarding the Burley Fire Office HVAC System Replacement RFP (140L2624Q0071) and the government’s responses. It addresses specific contractor inquiries, guiding them on thermostat type, electrical configuration, and registration processes. The government specifies the use of a basic thermostat and single-phase units per the architectural drawings. It clarifies that site visits are predetermined and additional visits are not foreseen unless formally announced. The government acknowledges varying proposal amounts, asserting it will evaluate all submissions based on stated criteria irrespective of exceeding the $100,000 estimate. Moreover, it provides links for contractors to register with the System for Award Management (SAM) and directs them to SBA resources for governmental contracting assistance. Lastly, instructions for proposal submission can be found in Section L of the solicitation. Overall, the document facilitates clear communication between the government and contractors, streamlining the procurement process for this HVAC project.
    This document serves as an amendment to a solicitation, specifically identified as 140L2624Q0071, issued by the Bureau of Land Management (BLM). The primary purpose of this amendment is to address vendor queries and to revise a Statement of Work (SOW) by incorporating necessary clarifications without altering the existing terms and conditions. The amendment mandates that all offers must acknowledge receipt of this amendment prior to the specified opening date; failure to do so may lead to rejection of the offer. The period of performance for the associated contract spans from October 8, 2024, to November 22, 2024. Furthermore, it is noted that there will be no extension to the quote submission deadline. The document emphasizes administrative protocols regarding the acknowledgment of amendments, signatory requirements, and the continuity of existing contract terms, ensuring compliance with federal contracting regulations. Overall, this amendment aims to facilitate a smooth procurement process while addressing vendor needs and preserving contract integrity.
    The government solicitation 140L26-24-Q-0071 is for the replacement of the HVAC system at the Burley Fire Office. The project specifies a firm-fixed-price contract with an estimated cost between $25,000 and $100,000, exclusively open to small businesses. The NAICS code for this acquisition is 238220, with a size standard of $19 million. Interested contractors must submit their quotes electronically by the specified due date, including all required forms and evidence of required insurance and bonding. The work period spans from October 8, 2024, to November 22, 2024, with a notice to proceed issued within 10 days post-award. Essential site specifications and work plans are outlined in the attached documents, requiring contractors to manage all aspects of demolition and installation as per the contract requirements. The solicitation emphasizes compliance with inspection, acceptance, and warranty clauses to ensure quality control and adherence to construction standards. Additionally, special requirements include provisions for liability insurance and handling potential hazardous materials encountered on-site. This solicitation reflects the federal government’s focus on ensuring quality construction services while fostering opportunities for small businesses in obtaining government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    Durango Air Tanker Base HVAC Repairs
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for HVAC repairs at the Durango Air Tanker Base in Colorado. The project involves upgrading the existing heating, ventilation, and air conditioning systems, including the replacement of furnace units and installation of electronic filter systems, to enhance energy efficiency and temperature control. This initiative is crucial for maintaining operational conditions and personnel comfort at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.
    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.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, ensuring compliance with all federal, state, and local regulations, and completing the work within 45 days of material arrival. This project is crucial for maintaining operational efficiency and safety at the military installation, reflecting the government's commitment to facility upgrades. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit on September 16, 2024, with prior RSVP to the designated contacts, Owen Sinning and Dimas Bernacchia, via email.