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
    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
    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.
    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.
    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.
    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
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    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.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    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.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    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
    Energy, Department Of
    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.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    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.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.