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
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    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 Inn and Suites (NGIS) located at Naval Air Station (NAS) Oceana in Virginia Beach, Virginia. The project involves inspecting the existing HVAC unit, replacing non-functional parts, and restoring the system to full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated to be under $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, as well as a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit; for further inquiries, they can contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    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.
    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.
    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).
    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.
    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.
    Crane Support
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking quotes for crane support services at the Gulfport Pier in Mississippi, as part of a total small business set-aside contract. The procurement involves providing all necessary labor, equipment, and materials for crane operations, specifically requiring a crane capable of lifting 18,000 lbs at 80 ft, with services anticipated during vessel port calls until project completion. Interested vendors must submit their quotes electronically by December 19, 2025, at 10 PM EST, and are encouraged to contact Christopher Baker at christopher.baker@noaa.gov for any inquiries before the deadline.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    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.