HVAC QUARTERLY PM FOR FLOWER GARDEN BANKS NMS
ID: 1305M225Q0082Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, 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 Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide quarterly preventative maintenance services for HVAC systems at the Flower Garden Banks National Marine Sanctuary in Galveston, TX. The procurement aims to ensure the effective operation of HVAC systems through comprehensive maintenance, which includes both quarterly and monthly tasks, with a focus on technical proficiency and past performance in evaluations. This contract is a total small business set-aside under NAICS code 238220, with a small business size standard of $19 million, and includes a base year from April 1, 2025, to March 31, 2026, along with two optional extension years. Interested contractors must submit their quotes by March 18, 2025, and are encouraged to participate in a site visit to better understand the scope of work; for further inquiries, they can contact Michelle Walton at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Offeror Representations and Certifications for federal contracts concerning commercial products and services. It specifies requirements for offerors regarding their business status as it pertains to small businesses, including economically disadvantaged women-owned, service-disabled veteran-owned, and small disadvantaged enterprises. Key elements include certifications about the use of forced labor, tax liabilities, ownership structure, and compliance with the Buy American and Trade Agreements Acts. Offerors must provide detailed representations, especially if the contract exceeds certain monetary thresholds, addressing various conditions, such as possible contracting with inverted domestic corporations and the implications of employing sensitive technology. Overall, the provision serves to ensure transparency, compliance, and fair play in government contracting processes, promoting equitable participation for various business classifications while maintaining strict adherence to legal standards and federal regulations.
    The Past Performance Questionnaire for HVAC Preventative Maintenance Services is a tailored document designed for contractors submitting proposals to the government. It requires contractors to provide detailed contract information, including firm details, award and completion dates, and contract pricing. The questionnaire emphasizes the contractor's past performance evaluations through client feedback, capturing critical metrics such as quality of work, adherence to scheduled timelines, cost control, management effectiveness, and regulatory compliance. Each area of assessment is rated on a scale from Exceptional to Unsatisfactory, enabling concise evaluation by client references, who also provide additional remarks on strengths and weaknesses. This tool ensures that the government can gauge performance risk and assist in selecting qualified contractors for future projects. The overarching goal is to maintain high standards in government contracting and strengthen accountability among service providers.
    The document is a combined synopsis/solicitation for HVAC quarterly preventative maintenance services at the Flower Garden Banks National Marine Sanctuary in Galveston, TX. The request for quotation (RFQ) number is 1305M225Q0082, and it is designated as a total small business set-aside under NAICS code 238220, with a small business size standard of $19 million. The solicitation includes a base year of maintenance services from April 1, 2025, to March 31, 2026, along with two optional extension years. Contractors must provide all labor, materials, and equipment necessary for comprehensive maintenance of new HVAC systems installed at the sanctuary, which include tasks performed quarterly and monthly. Offerors are required to submit quotes by March 18, 2025, with separate pricing for the base year and option years. A site visit is strongly encouraged for prospective bidders to assess the work. The document emphasizes the importance of technical proficiency and past performance in evaluations, highlighting that the technical approach is valued more than pricing. Additionally, it provides various clauses regarding contractor obligations, including compliance with wage rates, electronic submission of payment requests, and specific regulations related to telecommunications services and employee rights against harassment. Overall, this solicitation seeks reliable contractors capable of fulfilling ongoing HVAC maintenance to ensure effective operations at the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HVAC QUARTERLY PM FOR FLORIDA KEYS MARINE SANCTUAR
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for HVAC quarterly preventative maintenance services for the Florida Keys National Marine Sanctuary in Key West, Florida. The procurement requires contractors to provide labor, equipment, and materials for the maintenance of a closed-loop chilled water system, with a performance period starting April 15, 2025, and extending through a base year and up to four option years. This service is crucial for ensuring the operational efficiency and reliability of HVAC systems within the sanctuary, which plays a vital role in environmental conservation efforts. Interested small businesses must submit their proposals by March 11, 2025, and can contact Michelle Walton at michelle.walton@noaa.gov or 757-605-7411 for further information.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to replace HVAC Chiller 2 and associated Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project involves the removal of a failed 60-ton Daikin chiller and its replacement with a new unit, along with updates to the VFD for an HVAC pump, all to be completed within 90 days of contract award. This procurement is critical for maintaining safe and efficient operations at the marine sanctuary, ensuring compliance with federal safety and performance standards. Interested contractors must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date around March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    HVAC Maintenance services at Coast Guard Station Port Canaveral, FL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide HVAC maintenance services at Coast Guard Station Port Canaveral, Florida. The contract requires the contractor to deliver comprehensive preventive maintenance and emergency services for HVAC systems, ensuring compliance with manufacturer standards and industry best practices over a base year with four optional extensions. This procurement is critical for maintaining operational efficiency and safety at the facility, with adherence to federal regulations and safety protocols being paramount. Interested parties can contact Jerry Lopez at jerry.lopez@uscg.mil or Matthew G. Merel at Matthew.G.Merel@uscg.mil for further details, and must comply with wage determinations and labor standards as outlined in the associated documents.
    STATION SOUTH PADRE ISLAND HVAC UNITS 4,5,6,7 REPAIRS MAIN BUILDING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sealed bids for the repair of HVAC units 4, 5, 6, and 7 at the Station South Padre Island main building in Texas. Contractors are required to conduct a site visit for accurate assessments prior to submitting their proposals, with the contract awarded to the lowest-priced technically acceptable bidder, exclusively set aside for small businesses. The project involves troubleshooting and repairing HVAC systems, ensuring compliance with safety regulations, and completing the work within 90 days of the notice to proceed, with a projected expenditure between $25,000 and $100,000. Interested contractors should contact Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Susan B. Lawson at susan.b.lawson@uscg.mil for further details.
    Upgrade Ventilation for Admin Building Training Room
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the ventilation system in the Administration Building Training Room at Base Galveston, Texas. The project involves investigating existing moisture issues, replacing materials, and enhancing climate control to improve environmental conditions for machinery while minimizing condensation problems. This procurement is crucial for maintaining operational integrity and safety standards, with a focus on small business participation under the Total Small Business Set-Aside program. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to bidding. Proposals must adhere to strict compliance with safety regulations, including OSHA standards, and the contract will be awarded based on the lowest priced technically acceptable offer. For further inquiries, contractors can contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn P. Charles at Lynn.P.Charles2@uscg.mil.
    HVAC Replacement for USCG Station Panama City, Florida
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to replace HVAC systems at the Coast Guard Station in Panama City, Florida. The project involves the installation of three new HVAC units, air handlers, and thermostats, along with necessary wiring and plumbing adjustments, all to be completed within 30 calendar days of receiving a notice to proceed. This initiative is crucial for maintaining operational readiness at the facility while ensuring compliance with federal, state, and local regulations regarding safety and environmental standards. Interested contractors must submit their quotes by 1:00 PM CDT on March 17th, 2025, to Joel Ivy at joel.s.ivy@uscg.mil, and must be registered with SAM.gov to participate in this procurement.
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel S3008, located in Patuxent, MD. The procurement includes tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, with a performance period of 90 days from the award date. This contract is crucial for maintaining the operational integrity of NOAA's maritime assets, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    The NOAA Ship Henry Bigelow requires a service con
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a certified contractor to perform a drive end shaft seal ring replacement and realignment for the No4 generator on the NOAA Ship Henry Bigelow. The contractor will be responsible for providing all necessary labor, materials, and services to ensure compliance with manufacturer specifications, with the work scheduled to take place at Naval Station Newport, Rhode Island, from February to May 2025. This maintenance task is critical for maintaining the operational integrity of the vessel, which plays a vital role in NOAA's mission. Interested small businesses must submit their quotes by March 10, 2025, and can contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567 for further details.