EMERGENCY HVAC REPAIRS AT THE CHAL VC
ID: 140P5225R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, 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 Department of the Interior, specifically the National Park Service, is seeking proposals for emergency HVAC repairs at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park and Preserve. The project involves the complete replacement of HVAC equipment, requiring contractors to provide all necessary labor, materials, tools, and supervision for the installation and testing of new systems, including the removal of existing units and installation of new heat pumps and a ductless mini-split. This procurement is critical for enhancing visitor comfort and operational efficiency at the facility, with a firm fixed-price contract expected to be awarded based on evaluations of cost, technical approach, and relevant experience. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals electronically by April 21, 2025, to Tara Clark at tara_clark@nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines existing conditions and connection locations through reference drawings. Its primary purpose is to provide visual representations critical for understanding the infrastructure involved in a specific federal or state project. By offering a clear depiction of connections and conditions, the drawings serve as foundational information for stakeholders involved in planning, bidding, or contributing to the project. This format is typical in government RFPs and grants, ensuring that all parties have a consistent understanding of the existing environment. The quality and accuracy of the visual data are essential for project feasibility and effective execution. Overall, these reference drawings are intended to facilitate informed decision-making and enhance project planning by providing essential baseline information regarding infrastructure connections.
    The National Park Service is soliciting proposals for a project to replace the HVAC equipment at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision for the installation and testing of new HVAC systems, including the removal of existing heat pumps and installation of three new systems and one ductless mini-split. The project requires a comprehensive technical proposal detailing the construction schedule, safety protocols, and equipment specifications, along with a mandatory site visit for verifying field conditions prior to starting work. Contractors will also need to comply with all permitting requirements and project specifications, follow safety guidelines, manage construction waste, and ensure minimal disruption to the park's operations. The completion timeline for the project is set at 90 calendar days post Notice to Proceed, with strict working hour limitations. Payment will be processed upon successful project completion. This RFP emphasizes the importance of adherence to quality standards, safety, and environmental compliance throughout the construction process.
    This document serves as an amendment to solicitation number 140P5225R0004, modifying the contract terms and conditions as specified. The main purpose of this amendment is to inform contractors about a change in the schedule for a site visit, which has been rescheduled to April 15, 2025, at 09:00 CT. Contractors are required to acknowledge receipt of this amendment in one of several outlined ways to ensure that their offers remain valid and considered. Emphasis is placed on the importance of timely acknowledgment, as failure to do so prior to the specified deadline may result in the rejection of the offer. The document includes standard contractual terms, including sections for acknowledgment by the contractor and the contracting officer. It maintains consistency with federal procurement regulations, specifically FAR guidelines. Overall, this amendment serves to keep contractors informed of critical updates affecting their proposals and the overall procurement process, ensuring compliance and communication within federal contracting frameworks.
    This document serves as an amendment to solicitation number 140P5225R0004, issued by the National Park Service. It outlines the revisions made to an existing request for proposals (RFP), specifically highlighting that the site visit has been rescheduled to April 15, 2025, at 09:00 CT. Offerors must acknowledge receipt of this amendment through various methods, such as completing copies of the amendment or via electronic communication, prior to the specified deadline to avoid rejection of their offers. The amendment reinforces the importance of adhering to the terms of the original solicitation while providing clear directions for contractors regarding acknowledgment of changes. It emphasizes the necessity of maintaining compliance with federal procurement regulations and deadlines throughout the offer submission process, thereby ensuring integrity in the contracting mechanism. The document is a formal notice of modification, crucial for contractors interested in participating in the federal bidding process. It maintains overall compliance with established guidelines and conditions of the initial solicitation.
    The National Park Service has issued a request for proposals (RFP) for the replacement of HVAC equipment at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park and Preserve. This project requires contractors to provide all necessary labor, materials, tools, and supervision for the HVAC replacement. The RFP is structured under the Federal Acquisition Regulation (FAR) and calls for a firm fixed-price contract. A site visit is scheduled for April 14, 2025, to familiarize bidders with the project site. Proposals will be evaluated based on cost, technical approach, and relevant experience, with the requirement for bidders to provide references. Quotes must be submitted electronically by April 21, 2025. The project seeks to enhance visitor comfort and operational efficiency at the facility located in Chalmette, Louisiana. The expected period of performance for the project extends from April 1 to October 31, 2025, with a focus on maintaining safety and compliance throughout the process. The primary aim is to ensure that the visitor center's HVAC system operates effectively, supporting the park's historical and educational mission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    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.
    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.
    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.
    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.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    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 danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    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.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).