HVAC Removal and Installation
ID: 140A1125Q0057Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for the removal and installation of HVAC systems at the White Mountain Apache Detention Center in Whiteriver, Arizona. The project involves replacing six lightning-damaged HVAC units to restore climate control and ensure compliance with federal standards, with a total performance period of 90 days post-award. This initiative is crucial for maintaining safe and functional facilities for the White Mountain Apache Tribe, emphasizing the government's commitment to supporting tribal economies through federal contracts. Interested parties must submit their proposals by September 18, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.

    Point(s) of Contact
    Schiaveto, Melanie
    (480) 744-4870
    (602) 379-6763
    Melanie.Schiaveto@bia.gov
    Files
    Title
    Posted
    The file 140A1125Q0057 contains site pictures related to a federal request for proposals (RFP) or grant application. While specific details about the site or the purpose of the RFP are not provided in the document, it suggests that visual documentation of the site is integral to the evaluation process for potential bidders or grant applicants. The presence of site pictures implies a focus on environmental assessment, construction planning, or infrastructural analysis, common in federal and state projects. This emphasizes the necessity for stakeholders to familiarize themselves with the project's physical context, which is crucial for accurate proposals. Overall, the file is part of a systematic approach to ensure that the relevant parties are equipped with the necessary information for informed decision-making in government-funded projects.
    The document outlines requirements for Offerors under the Buy Indian Act, specifically regarding self-certification as an "Indian Economic Enterprise" (IEE). To qualify, enterprises must meet specific criteria at three key points: when responding to solicitations, at contract award, and throughout the contract duration. Contracting Officers may request additional documentation to verify eligibility during the acquisition process. Submission of false information in the application or performance of a contract may result in serious legal repercussions under applicable U.S. laws. The document includes a representation form for Offerors to confirm their status as an IEE, requiring details such as the tribal entity name and ownership information. The essence of this requirement is to ensure that opportunities set aside under this Act benefit Indian Economic Enterprises, aligning with the government's objectives in supporting tribal economies through federal contracts.
    The file outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contractors in Arizona, specifically for Apache, Gila, and Navajo counties. Contracts awarded after January 30, 2022, must comply with Executive Order 14026, establishing a minimum wage of $17.75 per hour for certain workers, while those awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, setting a minimum of $13.30 per hour. The document specifies wage rates and fringe benefits for various occupations, including administrative roles, healthcare workers, and automotive service positions. It highlights additional benefits such as paid vacation, sick leave, and health and welfare requirements. The file includes guidelines for reporting unlisted classifications and the conformance process to determine appropriate wage rates. This wage determination is essential for compliance with federal contracting requirements, ensuring fair pay and benefits for workers on federal contracts across designated areas.
    The document outlines Amendment No. 1 to solicitation 140A1125Q0057, detailing modifications and responses to contractor inquiries. The amendment emphasizes the procedure for acknowledging receipt of the amendment, stressing that failure to do so may lead to rejection of offers. Key clarifications include the model and serial numbers of replacement units, provision of site pictures, lack of a specific site check-in for crane access, and a designated parking area for contractor vehicles within a secured lot. Additionally, it reinforces that all other contract terms and conditions remain unchanged. This amendment serves to ensure that all parties are informed about project specifications and procedural requirements, facilitating the timely execution of services.
    Amendment No. 2 to solicitation 140A1125Q0057 extends the response due date to September 15, 2025, at 9:00 AM Pacific Daylight Time. It also includes a revised statement of work, attached as an addendum, which replaces the previous version. The deadline for all questions related to this solicitation is now September 8, 2025. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures offerors have updated information and sufficient time to respond to the revised requirements.
    Amendment No. 3 for solicitation 140A1125Q0057 extends the response due date to September 18, 2025, at 5:00 AM Pacific Daylight Time. It also provides responses to several questions from potential offerors. Key updates include the removal of ductwork replacement from the Statement of Work and clarification on acceptable refrigerants and heat exchangers, encouraging offerors to recommend their preferred options in their proposals. The amendment provides specific model and serial numbers for Carrier units scheduled for replacement. Other questions addressed concern the availability of installation pictures (none exist), the absence of a specific site check-in for cranes, and the provision of a designated, fenced-off employee parking area for vehicles and tools. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a Request for Proposal (RFP) for HVAC replacement services at the Fort Apache Agency and White Mountain Detention Center in Whiteriver, AZ. It emphasizes that the solicitation is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The expected award is a Firm-Fixed-Price Purchase Order, considering all costs, including taxes and labor. The period of performance is set at 90 calendar days post-award, and complete details of all line items and services are provided. The document is structured into multiple sections, indicating the introduction to requirements, general terms and conditions, and specific instructions for quoting. It outlines the necessity for compliance with federal regulations and certifications regarding various business entities, including small businesses, veteran-owned businesses, and others. The key points include a clear deadline for submissions, instruction for electronic submissions to the designated contracting officer, and rigorous evaluation criteria. The RFP signifies the government's focus on encouraging participation from designated small businesses, particularly those owned by Native Americans, while ensuring that all federal procurement guidelines and environmental standards are upheld throughout the project execution. This initiative aims to modernize infrastructure while promoting economic participation among Indigenous communities.
    The Fort Apache Agency (FAA) is seeking a contractor to replace two HVAC units at the White Mountain Detention Center in Whiteriver, Arizona, after the existing units were rendered unserviceable due to lightning damage. The project includes various tasks: mobilization of equipment, removal of defective units and ductwork, installation of new HVAC units, and debris disposal. The contractor is responsible for project management, obtaining necessary permits, conducting a site visit, coordinating with facility management for safety protocols, installing new systems, performing operational checks, and providing maintenance training. The work entails replacing a total of five HVAC units across two locations, with a ninety-day performance period from the award date. The documentation outlines clear objectives and procedures to ensure compliance with federal and tribal regulations, emphasizing safety and quality assurance throughout the project. This project highlights the commitment of the Bureau of Indian Affairs to maintain safe and functional facilities for the White Mountain Apache Tribe.
    The White Mountain Apache Detention Center requires the removal and installation of six lightning-damaged HVAC units. This project, solicited under number 140A1125Q0057, aims to restore climate control, meet federal standards, and provide heating and cooling for the 29,490 sq ft facility. Key deliverables include the removal of six damaged rooftop units, installation of six new commercial gas/electric packaged rooftop units (three 7.5-ton and three 10-ton), comprehensive ductwork replacement, updated electrical connections, and an operational HVAC system with documentation and warranty. The 90-day project includes tribal compliance, security protocols, and specific equipment requirements, adhering to NEC, IMC, and EPA regulations. The scope covers pre-construction, mobilization, removal, installation, commissioning, training, and documentation, ensuring minimal disruption to detention facility operations and adherence to WMAT Tribal Employment Rights Office requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Buyer not available
    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.
    Belcourt RTU & Cabinet Replacement
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the Belcourt RTU & Cabinet Replacement project at the Quentin N. Burdick Memorial Hospital in Belcourt, North Dakota. The project entails replacing the existing HVAC unit and renovating the CT area, which includes the installation of a new Rooftop Unit (RTU) with a direct steam injection humidifier, new cabinetry, flooring, ceiling tiles, and lighting. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 236220, with a performance period of 180 calendar days following the issuance of a Notice to Proceed. Interested contractors must submit their proposals electronically by January 8, 2026, at 2:00 PM PST, and should direct any inquiries to Thupten Tsering at Thupten.Tsering@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.
    Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Kyle Health Center ASHRAE 170 Upgrades and Roof Replacement project located in Kyle, South Dakota. This procurement involves comprehensive renovations, including the replacement of the membrane roof system and various HVAC components to ensure compliance with ASHRAE 170 standards, addressing deficiencies identified during facility assessments. The project is critical for modernizing the health center's infrastructure, with an estimated construction magnitude between $1,000,000 and $5,000,000, and is set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit proposals by December 16, 2025, and are encouraged to contact Taylor Kanthack at taylor.kanthack@ihs.gov or 240-478-1501 for further information.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Buyer not available
    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
    Buyer not available
    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.
    Emergency Air Handler Repair
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the emergency repair of an air handling unit at the Quentin N Burdick Hospital in Belcourt, North Dakota. The primary objective is to repair the damaged supply fan on air handling unit 3 to restore proper ventilation requirements for inpatient treatment rooms, in accordance with ASHRAE 170 standards. This repair is critical for maintaining the hospital's operational efficiency and ensuring a safe environment for patient care. Interested contractors can reach out to Phyllis Gourneau at phyllis.gourneau@ihs.gov or by phone at 701-477-8434 for further details regarding the procurement process.
    Propane for Tohono O'odham Agency
    Buyer not available
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply and deliver propane to the Tohono O’odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances at key facilities, including the Tohono O’odham Agency Quarters Buildings and the Adult Detention Center, with a contract term comprising a base year and four option years. Interested parties must submit their quotes by December 15, 2025, and can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or 480-744-4870 for further information.