MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
ID: 140FS226Q0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, 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 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 dana_arnold@fws.gov or by phone at 703-468-8289.

    Point(s) of Contact
    Files
    Title
    Posted
    Mingo National Wildlife Refuge seeks a Contractor for a 5-year Blanket Purchase Agreement (BPA) for HVAC Monitoring System services for its Visitor Center and Offices. The Contractor will provide remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, including 19 heat pumps and geothermal units. Key responsibilities include identifying malfunctions, providing repair estimates, recommending system improvements, and performing software upgrades. The Contractor must be an authorized KMC Controls installer in central/eastern Missouri and southern Illinois and comply with federal/state regulations. The period of performance is from January 12, 2026, to January 11, 2031. A three-tiered service call response protocol (Emergency, High, Normal Priority) will ensure timely resolution of issues. The government will evaluate performance based on individual BPA calls.
    The U.S. Fish and Wildlife Service (USFWS) requires a single-source justification for HVAC monitoring and support services at the Mingo National Wildlife Refuge. The facility utilizes a proprietary KMC BACnet Building Automation System (BAS) which controls critical HVAC infrastructure. Due to the specialized nature of the system, only KMC-authorized contractors with specific regional authorization can provide the necessary integration, maintenance, and support, ensuring continued functionality, reliability, and warranty validity. Unauthorized contractors lack access to essential tools, software, and technical support, potentially leading to system malfunctions or security vulnerabilities. This sole source acquisition, under the Simplified Acquisition Threshold (SAT), is justified by the need for a contractor uniquely qualified to support the existing KMC BACnet system. Future HVAC requests not requiring support for the existing KMC BACnet system will be competitively bid.
    The document outlines the requirements for submitting technical experience and references for janitorial services projects. It specifies that up to three projects, similar in size and complexity to those detailed in the Statement of Work, can be provided. For each experience, applicants must include the contract/work type, contract number (if applicable), total contract value, the agency/firm for whom the work was performed, a contact person at the site with their telephone number and valid email address, and the start and end dates of the work. A brief description of duties performed is also required for each project. The Government will contact the provided references to assess past performance, indicating that these references are a critical component of the evaluation process for government RFPs, federal grants, or state and local RFPs for janitorial services.
    This government Request for Quote (RFQ) 140FS226Q0007, issued by the U.S. Fish & Wildlife Service, seeks proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, MO. The RFQ, administered by Dana Arnold (dana_arnold@fws.gov), is open to small businesses and has an offer due date of January 5, 2026, at 2:00 PM ES. The project involves troubleshooting, repair, and software support for KMC BACnet HVAC systems. Proposals must include a comprehensive technical approach, technical experience, past performance (with references), lead times for various service priorities, and a detailed price quote. Offerors must be authorized KMC Controls contractors for central/eastern Missouri and southern Illinois. The evaluation will prioritize best value, considering technical approach, experience, past performance, lead time, and price. The BPA has a performance period from January 12, 2026, to January 11, 2031, with specific invoicing and payment procedures outlined, including the use of ipp.gov for invoices exceeding the micro-purchase threshold.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Buyer not available
    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 tiffanniepannell@fws.gov or call 505-248-6792.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Buyer not available
    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.
    J045--HVAC Maintenance and Service Veterans Health Care System of the Ozarks (VHSO) Fayetteville, Arkansas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC maintenance and service at the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, under solicitation number 36C25626Q0165. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive HVAC/R systems maintenance, including annual, quarterly, and semi-annual preventative maintenance, emergency services, and specific testing for various equipment types such as chillers, boilers, and air conditioning units. This procurement is critical for ensuring the operational efficiency and safety of the healthcare facility's HVAC systems. Interested parties must submit their offers by December 11, 2025, at 9 PM CST, and can contact Diyonne Williams at diyonne.williams@va.gov for further information.
    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.
    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.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.