Pine Knot Job Corps HVAC Replacement
ID: 12441925Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC EASTWashington, DC, 202500001, 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 U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide HVAC replacement services at the Pine Knot Job Corps Civilian Conservation Center in Kentucky. The procurement involves replacing HVAC systems in two key buildings: the WPO Conference and the Washington Dormitory, with contractors required to manage all aspects of the project, including demolition and installation of new systems. This initiative is part of the government's commitment to upgrading infrastructure within federal training programs, ensuring compliance with modern standards and enhancing occupant comfort. Interested contractors must submit their quotations by 9:00 AM EDT on November 1, 2024, following a site visit scheduled for October 28, 2024, and can direct inquiries to Ian Barnes at Ian.Barnes@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) issued by the USDA Forest Service for HVAC replacement projects at the Pine Knot Job Corps Center in Kentucky. The RFQ seeks bids for two specific projects: the replacement of HVAC systems in the conference building and the Washington Dormitory. Interested contractors must submit pricing for both items by 9:00 AM EDT on November 1, 2024, with a site visit scheduled for October 28, 2024. The request emphasizes that the procurement is set aside for small businesses under the NAICS code 238220, with a size standard of $19 million. Contractors are required to provide all necessary labor, materials, and licenses for the installation. Quotations must be emailed to the designated contact, Ian Barnes, and must include a completed price proposal and relevant representations and certifications. Additionally, the document outlines specific terms and conditions derived from federal acquisition regulations, including clauses addressing telecommunications equipment and labor standards. It underscores that the government will evaluate bids based on price and compliance with solicitation terms, aiming to ensure a fair and competitive bidding process while prioritizing small business participation.
    The document provides instructions for completing an Independent Government Estimate (IGE), a critical tool for federal procurement processes. It outlines different forms of IGE to be used based on the nature of the requirement: a standalone estimate for singular needs, an estimate with options for recurring or multi-year requirements, an IDIQ (Indefinite Delivery Indefinite Quantity) for ongoing needs, and a task order for issuing against existing contracts. The IGE must be detailed and independent, and not just a reiteration of contractor quotes, incorporating any assumptions used in its construction. Initially, the Contracting Officer (CO) utilizes the IGE to assess the procurement's estimated value and ensure adherence to applicable thresholds. Later, it serves as a benchmark for evaluating contractor offers and determining price reasonableness. This document emphasizes the importance of thorough preparation in federal contracting and procurement.
    The Pine Knot Job Corps Civilian Conservation Center is undertaking HVAC improvements encompassing two main contracts: replacing the HVAC systems in the WPO Conference and Washington Dorm buildings. The contractor must handle all aspects, including demolition and installation of a 2-ton mini-split system and a 5-ton split system heat pump. Key project requirements include adherence to safety, environmental protection, and applicable building codes, along with specific qualifications for trade work. Construction will occur during regular business hours, ensuring ongoing government operations are minimally disrupted. The contractor must comply with a detailed schedule for pre-construction meetings, submittal procedures, and final closeout requirements. A critical aspect of the project is the management of construction waste and strict adherence to inspection protocols. The initiative reflects the government’s commitment to maintaining and improving job corps facilities while ensuring safety and compliance with regulatory standards.
    The document outlines a project for HVAC improvements at the Pine Knot Job Corps Civilian Conservation Center located in the Daniel Boone National Forest, Kentucky. The initiative is overseen by the U.S. Department of Agriculture Forest Service and involves renovations on buildings B260/B009 and B60, specifically the WPO/Conference and Washington Dormitory. Key elements include comprehensive work overview plans for both buildings, which detail the necessary renovations to enhance heating, ventilation, and air conditioning systems. Supporting materials consist of maps and architectural plans annotated with critical details such as existing gas services and disconnects, as well as photographic documentation of the Washington Dorm. The project is scheduled for July 2024, indicating a future commitment to improving facility functionality and occupant comfort within the Job Corps program. Overall, the summary reflects the government’s focus on upgrading infrastructure to ensure compliance with modern standards and improve service delivery in federal training programs.
    The document outlines the requirements for federal procurement related to sustainable products, specifically focusing on biobased and energy-efficient items. It emphasizes the responsibility of program officials to consider biobased products as replacements for traditional materials in contract work. Program personnel are encouraged to conduct market research to identify available and cost-effective biobased alternatives. Additionally, it details requirements from the Federal Acquisition Regulation (FAR) concerning the use of ENERGY STAR® and FEMP-designated products during acquisitions related to energy-consuming items. Specific mandates such as making maximum use of products with recovered materials and ensuring compliance with contract performance and pricing are highlighted. The document serves as a guide for federal entities when preparing RFPs and grants, promoting sustainability in government procurement practices.
    The U.S. Department of Labor has issued Wage Determination No. 2015-4695, Revision No. 30, on 07/22/2024, outlining minimum wage rates for various service occupations in Kentucky, in accordance with the Service Contract Act and relevant Executive Orders. For contracts entered into or renewed after January 30, 2022, the minimum wage must adhere to Executive Order 14026, requiring at least $17.20 per hour, while those prior to that date but not renewed carry a minimum of $12.90 under Executive Order 13658. The document specifies wage rates for numerous job classifications across sectors, from administrative support to health occupations, detailing standard benefits such as health and welfare compensation, vacation, and holidays. It further stipulates requirements for paid sick leave under Executive Order 13706 and provides instructions for requesting wage rate classifications for unlisted occupations through a conformance process. The overall emphasis is on ensuring fair labor practices and compliance within federal contracts, indicating a structured approach to employee compensation in service-related government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    Replace leaking HVAC condenser coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace a leaking HVAC condenser coil assembly at its facility in Pine Bluff, Arkansas. This procurement is designated as a Total Small Business set-aside under NAICS Code 238220, with an estimated construction cost ranging from $25,000 to $100,000. The selected contractor will be responsible for ensuring minimal disruption to operations while adhering to federal safety and procurement standards, including compliance with the Buy American Act. Quotes are due by 12:00 PM CST on November 5, 2024, and must be submitted electronically to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil. Interested parties are encouraged to inspect the site and direct any questions to the designated Contracting Officer Representative by the specified deadline.
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Sources Sought - Design/Build HVAC Replacement at Tulsa Job Corps Center
    Active
    Labor, Department Of
    The Department of Labor, through the Office of Job Corps, is seeking qualified contractors for a design/build project to replace the HVAC systems at Building A of the Tulsa Job Corps Center in Oklahoma. The project involves the replacement of existing HVAC components, including chillers, cooling towers, and a Building Management System, with an estimated construction value ranging from $1,000,000 to $5,000,000. This initiative is crucial for maintaining a safe and comfortable environment for Job Corps participants and staff, emphasizing the importance of efficient HVAC systems in public facilities. Interested small businesses must demonstrate relevant experience and financial capability, with responses due by November 5, 2024. For further inquiries, contractors can contact Teena Glasper at glasper.teena.r@dol.gov or Emily M. Giardino at Giardino.Emily.M@dol.gov.
    GRO Multiple Building Roof Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking a contractor for the GRO Multiple Building Roof Replacement project at the Great Onyx Job Corps Civilian Conservation Center in Mammoth Cave, Kentucky. The contractor will be responsible for all labor, materials, and equipment necessary to replace roofs on several buildings, including the Administration Roof and dormitory roofs, while adhering to safety protocols and minimizing disruption to daily operations. This project is crucial for maintaining the integrity of the facilities and supporting the mission of workforce development and conservation efforts. The estimated contract value is between $250,000 and $500,000, with an anticipated solicitation date from November 18, 2024, to December 20, 2024, and a contract award date expected on January 17, 2025. Interested parties can contact Joe Libbey at joe.libbey@usda.gov or Ian Barnes at Ian.Barnes@usda.gov for further information.
    Replace HVAC Andover System - USP Canaan
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the HVAC Andover system at the United States Penitentiary in Canaan, Pennsylvania. The project involves replacing the existing building automation HVAC control system to enhance controllability, reliability, and functionality, while maintaining the existing HVAC equipment. This procurement is crucial for ensuring the operational efficiency of the facility's climate control systems, with an estimated project value between $250,000 and $500,000 and a performance period of 252 calendar days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and submit their bids electronically by November 12, 2024, with a pre-bid site visit scheduled for October 22, 2024. For further inquiries, contact Joshua Cortez at j2xcortez@bop.gov or by phone at 202-598-6039.
    Air Handler Unit replacement - Wapato, WA
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking contractors for the replacement of four rooftop air handling units at its facility in Wapato, Washington. The project requires comprehensive services, including the provision of labor, materials, and supervision to ensure the installation of new air handling units that meet current code requirements and the facility's operational needs. This initiative is crucial for maintaining the functionality and efficiency of the mechanical systems essential for the USDA's research operations. Proposals must be submitted electronically by October 15, 2024, with a project budget estimated between $5,000,000 and $10,000,000, and work is expected to commence following a notice to proceed, with a performance period from December 12, 2024, to June 11, 2025. Interested contractors can contact Robert Skipper at robert.skipper@usda.gov or Michael Hassett at michael.hassett@usda.gov for further details.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Active
    Dept Of Defense
    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.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Civil Engineer Center (AFCEC), is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) across various U.S. Air Force installations. The primary objective of this procurement is to enhance HVAC system performance and energy efficiency, ensuring optimal functionality and long-term energy consumption reduction at selected facilities throughout the Continental United States (CONUS), Alaska, and Hawaii. This initiative is critical for maintaining compliance with federal energy reduction policies and improving operational efficiency within military settings. Interested firms must submit a capability statement by November 18, 2024, and should be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Geraldine Gladden at geraldine.gladden@us.af.mil.