Replace HVAC Units - Hubbell Trading Post NHS (HUT
ID: 140P1525Q0037Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR ARIZONA(12400)FLAGSTAFF, AZ, 86001, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. This project, identified under solicitation number 140P1525Q0037, involves the removal of existing HVAC units ranging from 1.5 to 5 tons and the installation of new units, adhering to specific guidelines outlined in the Statement of Work. The work is critical for maintaining the site's operational efficiency and comfort, with a total small business set-aside established under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. Contractors must submit sealed bids by March 6, 2025, with project completion expected within 90 days of the Notice to Proceed, and are required to comply with Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. For further inquiries, interested parties can contact Kimberley Greist at kim_greist@nps.gov or call 202-897-7403.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. This project, designated under solicitation number 140P1525Q0037, entails the removal of existing units—sizes ranging from 1.5 to 5 tons—and the installation of new units, ensuring compliance with specific guidelines outlined in the attached Statement of Work. The work is mandated to start within ten days upon receipt of the Notice to Proceed and complete within 90 days. A total small business set-aside has been established for contractors under the NAICS code 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with the contract expected to be awarded based on the firm fixed-price model. Contractors must submit sealed bids by March 6, 2025, with delivery expected by June 30, 2025. The solicitation emphasizes adherence to Davis-Bacon wage rates for construction and the requirement for performance and payment bonds for contracts exceeding $35,000. The site visit and clarification deadline are scheduled to enhance contractor understanding of project requirements. Compliance with safety and inspection standards and procedures throughout construction completion is stressed to meet contractual obligations effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GLCA - Lees Ferry HVAC Replacement - Housing Units
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems in the Lees Ferry housing units located within the Glen Canyon National Recreation Area. The project involves the removal of existing HVAC systems and the installation of upgraded heat pumps that meet modern energy efficiency standards, with a completion deadline set for April 30, 2025. This initiative underscores the government's commitment to sustainable practices and high-quality public facility upgrades, with a budget estimated between $25,000 and $100,000. Interested small businesses must submit their offers by February 20, 2025, and can contact Kimberley Greist at kimgreist@nps.gov or 202-897-7403 for further information.
    Z--Fan Coil Unit Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of fan coil units as part of a presolicitation opportunity. This procurement aims to engage qualified plumbing, heating, and air-conditioning contractors to ensure the effective replacement and installation of these critical HVAC components. The fan coil units play a vital role in maintaining climate control and comfort within park facilities, thereby supporting visitor experience and preservation efforts. Interested small businesses are encouraged to reach out to Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    BOST - HVAC PM REPAIR/SERVICE CONTRACT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the BOST - HVAC PM Repair/Service Contract at the Boston National Historical Park. The procurement involves preventive maintenance, inspections, and repairs of HVAC systems across various park facilities, with a focus on ensuring operational efficiency and compliance with safety standards. This contract is crucial for maintaining the park's historic environment while providing essential services, and it is set aside for small businesses under NAICS code 238220. Interested contractors must submit their quotations by February 21, 2025, and can contact Jason Albright at JasonAlbright@nps.gov or 617-519-6145 for further details.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    Z--HUTR REPLACE 8 RESIDENTIAL GARAGE DOORS
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of eight residential garage doors at the Hubbell Trading Post National Historic Site in Ganado, Arizona. The project requires contractors to provide all necessary materials and labor, ensuring compliance with specifications for energy efficiency, insulation, and wind resistance, with a focus on motorized doors featuring remote access. This procurement is significant for maintaining the historic site's facilities and is set aside exclusively for small businesses, with a budget between $25,000 and $100,000 and a completion timeline from April 1 to December 31, 2025. Interested contractors must submit their quotes electronically by January 27, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    Sources Sought-HVAC Cleaning AHU units for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide HVAC cleaning services for air handling units and exhaust systems at the Zuni Comprehensive Community Health Center in Zuni, New Mexico. This opportunity is part of a market research effort to determine the availability of services under the Buy Indian Act, with a focus on identifying potential Indian Small Business Economic Enterprises (ISBEEs) or other small business concerns that can fulfill the requirements. The cleaning and power washing services are essential for maintaining the health center's operational efficiency and ensuring compliance with health standards. Interested parties must submit a capability statement, including their business classification and relevant performance history, to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov by February 14, 2025, at 3:00 PM (MT). Registration in the System for Award Management (SAM) is also required for participation.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is soliciting proposals for the removal and replacement of an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building 2410, located at Joint Base Cape Cod, Massachusetts. The project aims to support critical functions related to GPS capabilities for the United States Air Force and the Federal Aviation Administration, requiring comprehensive construction services that include demolition, installation of a new HVAC system, and adherence to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with an estimated contract value between $25,000 and $125,000, and proposals are due by 4:00 PM EST on February 21, 2025. Interested contractors can reach out to Patricia Barnett or Matthew Phelps for further inquiries and are encouraged to attend a site visit scheduled for February 7, 2025.
    Building 101 HVAC Tower Renovation
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is soliciting proposals from qualified small businesses for the renovation of the HVAC system in Building 101, located in Gaithersburg, Maryland. The project aims to replace outdated mechanical systems, including six air conditioning units and nine exhaust fans, while ensuring compliance with relevant codes and standards, with a projected budget of $2.5 million and a performance timeline of 370 days. This renovation is crucial for maintaining air quality and operational efficiency within the facility, reflecting the government's commitment to modernizing its infrastructure. Interested contractors must register for a pre-proposal site visit by February 11, 2025, and direct inquiries to Richard 'Trent' Stevens at richard.stevens@nist.gov or Guzel Gufranova at guzel.gufranova@nist.gov.
    Solicitation, HVAC replacement
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking qualified contractors for the replacement of the HVAC system at building 1679 on Fort McCoy. This project falls under the North American Industry Classification System (NAICS) Code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors, and is designated as a Total Small Business Set-Aside, with a size standard of $19 million. The successful contractor will play a crucial role in ensuring the efficient operation of the facility's climate control systems, which are vital for maintaining a suitable environment for personnel and operations. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details regarding the solicitation process.