WAPA HVAC PMI
ID: 140P8224Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide inspection and preventative maintenance services for HVAC systems at the War in the Pacific National Historical Park in Guam. The procurement includes base year services for inspections, testing, and minor repairs, with a contract period from September 23, 2024, to September 22, 2025, and potential option years extending through 2029. This initiative is crucial for maintaining the operational efficiency of critical infrastructure within the park, ensuring compliance with federal regulations and the Service Contract Act wage determination for Guam. Interested parties must submit their quotes via email by September 23, 2024, and can reach out to Edward Cortez at edward_cortez@nps.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to the amendment of solicitation number 140P8224Q0054 issued by the National Park Service (NPS) for services related to inspection and preventative maintenance. The primary purpose of this amendment is to extend the solicitation closing date to September 23, 2024, at 9:00 AM Hawaii Time. It reiterates the requirements that offerors must acknowledge receipt of this amendment to ensure the validity of their bids. The amendment specifies that minor and major repairs, as identified during inspections, will be managed on a case-by-case basis and that pricing is not required for minor repair items at this stage. Furthermore, offerors must provide schedules and reports as detailed in the Performance-based Work Statement (PWS), otherwise, acceptable commercial forms may be used. The contract period is set from September 23, 2024, to September 22, 2025. For inquiries, contacts are provided for the Contracting Officer and the Contract Specialist. This document reflects standard practices in federal procurement, ensuring transparency and compliance with established regulations.
    The government document outlines a Request for Quotation (RFQ) for maintenance and inspections of HVAC systems at War in the Pacific National Historical Park, Guam. The solicitation emphasizes a total small business set-aside under the North American Industry Classification Standard (NAICS) 238220, with a size standard of $19 million. The performance period spans from September 23, 2024, to September 22, 2025, with potential option years extending through 2029. The contract includes base year services for inspections, testing, and preventative maintenance, alongside minor repairs costing less than $2,500. Offerors must ensure an active SAM.gov registration and comply with the Service Contract Act wage determination for Guam. The evaluation for contract award will prioritize the lowest price and past performance, considering the full pricing for all contract line items. Interested parties must submit their quotes via email by the specified due date and may request clarifications or site visits as needed. This RFQ reflects the government’s commitment to maintaining critical infrastructures while fostering opportunities for small businesses in compliance with federal regulations.
    Lifecycle
    Title
    Type
    WAPA HVAC PMI
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    WEAR/UPGRADE HVAC /NAHC
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, intends to award a sole source contract to Johnson Controls (JCI) for hardware and software upgrades to the existing HVAC system at the Western Arctic Parklands. The objective of this procurement is to enhance the performance and reliability of the current system, which includes the installation of a new server and necessary software updates. These upgrades are critical for maintaining the functionality of the HVAC system, as JCI is the sole provider with ownership and exclusive service rights over the existing infrastructure. The contract is valued at $56,103, with an anticipated award date of September 23, 2024. For further inquiries, interested parties may contact Francisco Velasco at (907) 644-3313 or via email at franciscovelasco@nps.gov.
    Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance (COMS) for Unaccompanied Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Marianas, is seeking qualified contractors to provide Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Unaccompanied Housing at various locations in Guam, including Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. The procurement aims to identify capable firms that can deliver a range of services, including facility management, custodial services, pest control, and utilities management, under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure with a base period of one year and five optional one-year extensions. Interested small businesses are invited to submit their qualifications and complete the attached Statement of Interest Questionnaire by October 1, 2024, at 11:00 AM Guam Time, to the designated Navy email addresses provided in the notice. For further inquiries, potential respondents may contact Daniel Calvo at daniel.calvo.civ@us.navy.mil or Roxanne Moss at roxanne.p.moss.civ@us.navy.mil.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    NEC-HVAC System Preventive Maintenance (PMSC)
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Panama City, is soliciting proposals for the NEC-HVAC System Preventive Maintenance (PMSC) contract, aimed at ensuring the efficient operation of HVAC systems at the embassy. The procurement involves preventive maintenance services for chillers, air handling units, and cooling towers, with a base contract period of one year and two optional renewal years. This initiative underscores the importance of maintaining reliable HVAC performance in government facilities, ensuring compliance with federal regulations and embassy protocols. Quotations are due by September 24, 2024, at 08:00 a.m. local time, and interested vendors must submit their proposals electronically, adhering to specified formats and including necessary documentation such as the SF-1449 form and proof of SAM registration. For inquiries, vendors may contact Contracting Officer Gabriel Massine at pnmprocreq@state.gov.
    S--Unarmed Security Guards
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking to procure Unarmed Security Guard Services for various sites in Washington, DC, in fiscal year 2025. The procurement is aimed at small businesses across all socioeconomic categories, including 8(a), Small Disadvantaged Business, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns, to ensure compliance with security requirements and operational standards at national sites. The selected contractor will be responsible for providing trained personnel, equipment, and maintaining compliance with applicable laws, while coordinating with the United States Park Police to uphold safety and security. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities and small business status in response to this sources sought notice.
    H--Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide fire alarm and sprinkler system inspection services at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by testing, identifying, and reporting deficiencies in the park's fire safety systems. These services are critical for maintaining emergency readiness and safety across federal facilities, particularly in areas with seasonal access restrictions. Interested small businesses must submit their quotations by 9:00 AM Pacific Time on September 23, 2024, and direct any inquiries to Hal Hoversten at halhoversten@nps.gov.
    S--Unarmed Security Guard Service
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified small businesses to provide unarmed security guard services at various NPS sites in Washington, DC, for fiscal year 2025. The procurement aims to enhance safety and security at key federal locations, requiring contractors to supply trained personnel, including a Project Manager and Operations Supervisor, who will manage security operations and ensure compliance with federal, state, and local regulations. This initiative is crucial for maintaining visitor safety and effective security practices at significant national sites, with a focus on access control, emergency response, and quality assurance. Interested parties can reach out to Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further information, noting that this is a Sources Sought Notice and not a formal solicitation at this time.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.