HVAC Replacement Green Mountain
ID: 1331L525RFQ500082Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE ESOWASHINGTON, DC, 20230, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 5:00 PM UTC
Description

The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), is seeking qualified small businesses to replace the HVAC unit at the Green Mountain Communications Test Site in Lakewood, Colorado. The contractor will be responsible for removing the old HVAC unit, installing a new one that meets specific electrical specifications, and ensuring the site is returned to its original condition while adhering to safety regulations. This procurement is crucial for maintaining operational efficiency and compliance with environmental standards at the facility. Interested contractors must submit their quotations by the specified due date, and a site visit is scheduled for March 27, 2025, at 1 PM; inquiries can be directed to Jacqueline Brown at jbrown4@doc.gov or by phone at 202-316-2730.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 1:06 PM UTC
This government document outlines the terms and conditions applicable to a purchase order, incorporating various Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulations (CAR) clauses. Key provisions address contract administration, contractor eligibility, representation and certifications, and compliance with applicable laws, particularly concerning small businesses. The evaluation criteria for offers emphasize technical capability, delivery, and price to ensure that the government obtains the best value. Offerors must complete several representations, including certifications regarding business size, ownership status, tax compliance, and adherence to labor laws. Specific clauses also address restrictions on contracting with entities involved in certain activities, including compliance with child labor laws and regulations regarding telecommunications equipment. Overall, this document provides a comprehensive framework for ensuring compliance, transparency, and accountability in federal contracting, particularly aimed at fostering inclusivity for small and disadvantaged businesses while safeguarding federal interests.
Mar 25, 2025, 1:06 PM UTC
The document outlines a Request for Proposal (RFP) issued by the National Telecommunications and Information Administration (NTIA) to replace the HVAC unit at the Green Mountain Communications Test Site. The contractor is tasked with providing all necessary equipment and personnel to efficiently replace the old unit with a new one, ensuring it meets specific electrical specifications. Services should begin promptly following the establishment of a purchase order. The contractor must return the site to its original condition and adhere to safety regulations. Key responsibilities include removing the old HVAC unit, completing functionality tests, and managing the disposal of old materials. Contractors must have at least two years of relevant experience, and insurance requirements are specified to safeguard all parties involved. The contract is structured as a Firm Fixed Price (FFP), with a performance period set from March 10, 2025, to September 30, 2025. Overall, this document emphasizes the need for qualified contractors to efficiently execute HVAC replacement within the specified timeline while adhering to environmental, safety, and regulatory standards.
Mar 25, 2025, 1:06 PM UTC
The document outlines Wage Determination No. 2015-5415 by the U.S. Department of Labor under the Service Contract Act, aimed at ensuring minimum wage compliance for federal contracts. It specifies wage rates for various occupations in Boulder County, Colorado, categorizing them based on job titles. Workers covered must be paid according to the wage rates set forth, which align with Executive Orders, requiring contracts initiated or renewed after January 30, 2022, to pay at least $17.75 per hour. Additional provisions detail fringe benefits, particularly health and welfare, vacation entitlements, and paid sick leave for contractors. The document emphasizes compliance with various regulations, including guidelines for classification and wage determination reform processes. It serves as a crucial resource to ensure fair compensation and worker protections for personnel involved in federal service contracts, reflecting the government’s commitment to labor standards and employee welfare.
The document outlines the Statement of Work for replacing the HVAC unit at the Green Mountain Communications Test Site managed by the Department of Commerce's NTIA Institute for Telecommunication Sciences. The goal is to find a responsible contractor to remove the old HVAC unit and install a new one, ensuring functionality and adherence to safety regulations. Key tasks include using existing ductwork, replacing the thermostat, and hauling away debris. Contractors must have at least two years of relevant experience and provide project supervision on-site. Compliance with applicable laws and safety standards is mandatory. Insurance requirements include environmental liability coverage and ensuring subcontractors have the necessary insurance. The contractor's performance is monitored by NTIA, which reserves the right to remove non-compliant contractors from the contract. The work is to be completed within 180 days of contract award, stressing the importance of coordination and communication between all parties involved to ensure the project’s success.
Mar 25, 2025, 1:06 PM UTC
The National Telecommunications and Information Administration (NTIA) has issued a Request for Quotation (RFQ) for the removal and replacement of HVAC units in Colorado. This solicitation aims to attract quotations from small businesses, with the intent of awarding a firm-fixed price contract. Offerors must submit detailed technical and pricing quotes by the specified due date. Communications regarding the RFQ are to be submitted electronically, with a deadline for questions set in advance of the closing date for quotations. Quotations should include a technical sheet detailing products that meet or exceed specifications, delivery schedules, and any deviations from requirements. The evaluation of quotes will consider technical merit, delivery timelines, and pricing, with a comparative evaluation method employed to determine the best value for the government. Supporting documentation must justify the proposed pricing and offerings must comply with format and submission guidelines. This procurement process reflects the government’s efforts to engage small businesses while ensuring competitive pricing and compliance with specified technical requirements for essential HVAC equipment.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
Maintenance and Repair Support for NIST Vilter Chiller, AHU-15, and Environmental Chamber
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking quotations for maintenance and repair support for its Vilter chiller, AHU-15, and environmental chamber under RFQ No. NIST-RFQ-25-7301395. The procurement requires qualified small businesses to provide regular scheduled maintenance and as-needed repair services for critical HVAC&R equipment, ensuring the reliability of NIST's research infrastructure. This contract includes a one-year base period with two optional one-year extensions, emphasizing the importance of maintaining operational efficiency in environmental testing systems. Interested contractors must submit their technical and price quotations by May 8, 2025, with inquiries directed to Lauren P. Roller at lauren.roller@nist.gov.
Non-personal HVAC Maintenance for Taunton RDA Site
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal HVAC maintenance services for the National Weather Service's Radar Data Acquisition (RDA) site in Taunton, Massachusetts. The procurement involves comprehensive maintenance services, including all necessary labor, materials, and equipment, to ensure the efficient operation of HVAC systems over a five-year period, starting from May 1, 2025, with multiple option years extending through April 30, 2030. This contract is categorized as a total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses while ensuring high-quality service delivery. Interested contractors must submit their quotes electronically by April 18, 2025, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.
45--Supply, Deliver and Install Mini HVAC Unit, Whiske
Buyer not available
The National Park Service (NPS) is seeking qualified small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler at the Oak Bottom Beach Store, requiring the contractor to manage the removal of the old unit, installation of a new mini-split condenser, and training for concession staff, all within a completion deadline of 21 days post-contract award. This procurement is crucial for maintaining climate control and operational efficiency in the park's facilities, ensuring compliance with environmental and safety regulations. Quotations are due by April 30, 2025, with the performance period ending on May 23, 2025. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
PRI1 BARRACKS HVAC CONDENSER REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of four HVAC condenser units at the Ruby Mountain Hot Shots quarters buildings, located at the Elko District Office in Nevada. The project requires the contractor to provide all necessary labor, materials, and equipment to replace the existing, partially functional HVAC systems, which are over ten years old, with new Energy Star compliant units. This initiative underscores the government's commitment to maintaining efficient HVAC systems in federal facilities while adhering to safety and operational standards. Interested contractors must submit their bids via email by May 14, 2025, following a site visit scheduled for May 6, 2025, with the project estimated between $25,000 and $100,000 and set aside for small businesses. For further inquiries, contact Matthew Bernard at mbernard@blm.gov or call 775-861-6420.
AV FIRE CENTER HVAC REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the replacement of the HVAC system at the Apple Valley Fire Center in California under Request for Quotation (RFQ) No. 140L1225Q0009. The project requires the complete removal and installation of an HVAC system, including an AC condenser unit, furnace, and air ducting, with a focus on efficiency and compliance with safety protocols. This initiative is crucial for maintaining optimal environmental conditions within the facility, ensuring operational efficiency in public service. Proposals are due by May 9, 2025, with a project period from May 19 to June 18, 2025, and interested small businesses should contact John Cabral at jcabral@blm.gov or 707-438-5293 for further details.
RFP#ISD_366373KMW - Replace 3.0 Ton Hvac Unit – Industrial Building 4 (IB4)
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the replacement of a 3.0-ton HVAC unit at Industrial Building 4 in Batavia, Illinois. This procurement is a Total Small Business Set-Aside and requires contractors to demonstrate at least five years of relevant HVAC experience, compliance with safety regulations, and the submission of both technical and business proposals. The project is part of ongoing efforts to enhance facility operations and ensure compliance with federal standards, with proposals due by April 25, 2025. Interested contractors can reach out to Kody M. Whittington at kwhittin@fnal.gov or call 630-840-6898 for further details.
HEAT PUMP REPLACEMENT AT USCG STATION GEORGETOWN, SC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide firm fixed-price quotes for the replacement of a failing 4-ton coastal coated heat pump at Station Georgetown, South Carolina. The contractor will be responsible for all labor, materials, and tools necessary for the installation, including the removal of the existing system in compliance with EPA standards and ensuring the new unit meets a minimum SEER rating of 15. This procurement is vital for maintaining operational efficiency and environmental compliance at the military installation. Interested vendors must submit their quotes via email by 5:00 PM EST on April 30, 2025, and are encouraged to schedule a site visit to assess the project requirements before bidding. For further inquiries, contact SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or (571) 608-4730.
96th Bomb Squadron Chiller B6603
Buyer not available
The Department of Defense, through the Air Force Global Strike Command, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as outlined in solicitation number FA460825QC043. This procurement is a total small business set-aside, emphasizing the need for compliance with the specified technical requirements and standards for HVAC systems, which are critical for maintaining operational efficiency in government facilities. Interested vendors must ensure their quotes are submitted electronically by April 25, 2025, at 11:00 AM CDT, and should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil. Please note that funding is not currently available, and no awards will be made until funds are secured.
AUTEC HVAC MAINTENANCE
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division (NUWCDIVNPT), is soliciting proposals for preventive maintenance and repair services for HVAC and cooling systems at its facility in West Palm Beach, Florida. This opportunity is exclusively set aside for small businesses under NAICS Code 238220, with a size standard of $19 million, and aims to ensure efficient operation of critical facility systems through routine maintenance and emergency services. Proposals must be submitted electronically by April 18, 2025, with the contract awarded based on the Lowest Price, Technically Acceptable methodology under a Firm Fixed Price basis. Interested parties can contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or by phone at 401-832-5568 for further details.