WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
ID: 140FC126Q0002Type: 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

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffannie_pannell@fws.gov or call 505-248-6792.

    Point(s) of Contact
    Files
    Title
    Posted
    The Spring Creek National Fish Hatchery (SCNFH) requires the urgent replacement of its Administration Building's HVAC system due to persistent issues and the recommendation of a professional technician. The project involves replacing the old system with a new one sufficient for approximately 1600 sq. ft. with 8' ceilings, including a pad, backup heat kit, line set, thermostat, ductwork, drain connections, surge protector, and other necessary parts. The work is to be completed at the SCNFH in Underwood, WA, during normal working hours (0730-1600, Monday-Friday), with special arrangements for non-duty hours. The period of performance is ASAP, with an end date of January 30, 2026, due to anticipated cold winter weather. The Hatchery Manager or a designated person will inspect the work, and Jorge Alcala is the certified COR. The vendor is responsible for all equipment and supplies. Key contacts for technical coordination and contracting are Kenneth Lujan (Hatchery Manager), Jorge Alcala (COR), and Mrs. Tiffannie Pannell (Contracting Officer).
    This government solicitation, 140FC126Q0002 by the FWS, is for a Firm Fixed Price Construction Service contract to replace the HVAC unit at the Spring Creek NFH in Underwood, WA. Key requirements include submitting pricing for a Mitsubishi HVAC unit (Item 0001) and, for awards over $35,000, providing payment and performance bonds within 10 days of award. The project's period of performance begins after award and must be completed by January 30, 2026, with the contractor submitting a work progress plan at the prework conference. Special contract requirements address work hours, environmental interruptions (weather, endangered species), handling of historical/archeological data, material substitutions, environmental impact, hazardous materials, green procurement, and restrictions on unauthorized personnel. The document also details electronic invoicing through the IPP system and incorporates numerous FAR clauses related to labor standards, small business programs, anti-trafficking, and supply chain security.
    Amendment 0001 to solicitation 140FC126Q0002 is issued to provide the correct solicitation for the Washington Spring Creek National Fish Hatchery - HVAC Replacement project. This amendment modifies the original solicitation, and offers must acknowledge its receipt prior to the specified hour and date by completing and returning copies of the amendment, acknowledging receipt on the submitted offer, or by separate communication. Failure to acknowledge may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The effective date of this amendment is December 8, 2025, and it is issued by FWS, Construction A/E Team 1 in Falls Church, VA.
    This document outlines a Request for Proposal (RFP) for construction services to install a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The solicitation, numbered 140FC126Q0001, was issued on December 8, 2025, by the FWS, Construction A/E Team 1, with offers due by January 5, 2026, at 09:00 AM local time. Key requirements include commencing work after award and completing it by December 31, 2025. Contractors must provide a firm-fixed price for the hydration station and may be required to furnish payment and performance bonds depending on the awarded amount. The RFP incorporates various FAR clauses, with a significant emphasis on the Federal Acquisition Supply Chain Security Act (FASCSA) orders, requiring contractors to ensure their supply chain is free from prohibited covered articles or sources. Other crucial sections address electronic invoicing via IPP, work hours, environmental considerations, preservation of historical data, hazardous materials, green procurement, and compliance with the Davis-Bacon Act wage rates.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    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
    Energy, Department Of
    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.
    F--Nimbus Fish Hatchery Operations and Maintenance
    Interior, Department Of The
    The Bureau of Reclamation is seeking qualified contractors for the operation and maintenance of the Nimbus Fish Hatchery located in Gold River, California, from July 2026 to June 2031. The contractor will be responsible for managing all aspects of hatchery operations, including fish spawning, rearing, and release, with specific production goals for Fall-run Chinook salmon and Central Valley steelhead, alongside ensuring compliance with environmental regulations. This opportunity is crucial for supporting fish populations and maintaining ecological balance in the region. Interested parties must submit their business information, capability statements, and past performance documentation by January 26, 2026, at 1:00 PM Pacific Time to Denard Fobbs Jr. at dfobbs@usbr.gov, noting that this notice is for market research purposes only and does not constitute a solicitation.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    Y1DA--CON NRM 668-22-105 Upgrade AHU-09/15 Mechanical Systems FY26 Tier 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "Upgrade AHU-09 and 15 Mechanical Systems" project at the Mann-Grandstaff VA Medical Center in Spokane, WA. This procurement is a 100% Small Business set-aside, requiring contractors to upgrade the mechanical systems, including the replacement of air handling units, electrical components, and ductwork, all to be completed within 365 calendar days. The project is critical for enhancing the facility's HVAC systems, ensuring compliance with health standards, and improving patient care environments. Proposals are due by 10:00 AM PST on January 26, 2026, and must be submitted via email to Quyen.Mai@va.gov, with an estimated project magnitude between $1,000,000 and $2,000,000.
    AK-BETHEL ADMIN SITE-WINDOW REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for a window replacement project at the Yukon Delta National Wildlife Refuge in Bethel, Alaska. The project involves the overhaul and replacement of existing window systems in nine government-owned residential houses, requiring contractors to furnish all labor, materials, equipment, and supervision to complete the work within 138 calendar days. This procurement is critical for maintaining the integrity and functionality of government housing, with an estimated contract value between $250,000 and $325,000. Interested contractors must submit their proposals by March 5, 2026, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.