Blanchard Springs VIC HVAC compressor replacement
ID: 12444224Q0055Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 4Atlanta, GA, 303092449, 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 Agriculture, specifically the Forest Service, is seeking qualified contractors for the replacement of a defective HVAC compressor at the Blanchard Springs Visitors Information Center located in the Ozark St. Francis National Forest, Arkansas. The project involves installing a factory replacement for a 20-ton Johnson Controls Series 20 Split System compressor, which includes responsibilities such as refrigerant recovery and disposal in compliance with EPA regulations. This procurement is set aside for small businesses, with proposals evaluated based on the lowest price technically acceptable and past performance. Interested parties must submit their proposals via email to John Camacho by September 16, 2024, with the project delivery date scheduled for October 1, 2024, and a performance period extending until December 31, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The file presents the Wage Determination No. 2015-5123, established by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and requirements for various occupations in Arkansas counties. It specifies wages affected by Executive Orders 14026 and 13658, with minimum hourly rates established for different contract scenarios—$17.20 for contracts after January 30, 2022, and $12.90 for those from January 1, 2015, to January 29, 2022. Furthermore, it outlines the necessary fringe benefits for each listed occupation, establishes health and welfare rates, and stipulates vacation and holiday pay standards. Additionally, the document explains compliance procedures for unlisted worker classifications and emphasizes the importance of maintaining equitable wage relationships. The summary of occupations includes various clerical, automotive, maintenance, and health service roles with specified wage rates, highlighting those eligible for higher minimum wages. Overall, this wage determination document serves to inform contractors of their obligations concerning employee wages, benefits, and rights under federal contracting regulations, ensuring fair compensation for labor under federally funded contracts.
    This document outlines the Statement of Work (SOW) for the replacement of a defective compressor in the HP1 HVAC unit at the Blanchard Springs Visitor Information Center. The project involves several key tasks: recovering and disposing of refrigerant per EPA regulations, removing the old compressor and associated valves, cleaning the system, installing factory replacement components, and conducting thorough testing after installation. Specific activities include flushing the system, installing a new compressor and thermostatic expansion valve (TXV), evacuating and leak testing the system, adding refrigerant, and adjusting operational settings. The SOW emphasizes compliance with environmental regulations and a systematic approach to ensure the HVAC unit is functioning effectively. This initiative seeks to improve energy efficiency and system reliability at a government facility, reflecting standard practices found in government requests for proposals (RFPs) and grants aimed at infrastructure maintenance and upgrades.
    The document is a combined synopsis/solicitation for federal procurement, specifically an RFQ (Request for Quotation) for an HVAC compressor replacement at the Blanchard Springs Visitors Information Center within the Ozark St. Francis National Forest. The project requires replacing a 20-ton Johnson Controls split system compressor and includes responsibilities such as refrigerant recovery and disposal in compliance with EPA regulations. This procurement is entirely set aside for small businesses, with a NAICS code of 238220. Offerors must submit proposals by email to a designated contact, John Camacho, by the established deadline of September 16, 2024. The Government will evaluate proposals based on the lowest price technically acceptable and past performance. Key requirements include an active registration in the System for Award Management (SAM) and the completion of specified representations and certifications regarding telecommunications equipment. Compliance with various FAR clauses is mandatory, highlighting standards and regulations applicable to this solicitation. This solicitation emphasizes the federal government's commitment to supporting small businesses while ensuring compliance with environmental and safety regulations during facility maintenance and service contracts.
    The document details specifications for two models of central cooling air conditioners by Johnson Controls, designated as HP-1. Both units are designed for outdoor installation and require copper supply wires. The specifications cover power supply details, including permissible voltage ranges, load currents, and short circuit current ratings. The document defines various technical parameters such as high and low-side pressures, electrical loads for compressors, and fan motor specifications. It also indicates the models’ compliance with safety standards, including UL certification and instructional warnings for installers regarding proper clearance and installation procedures on combustible flooring. Additionally, the document specifies the minimum circuit and fuse/breaker sizes required for safe operation. The detailed operational guidelines aim to ensure safe and efficient functioning of the cooling systems while adhering to regulatory requirements, thus supporting compliance in governmental contracts or grants related to HVAC system installations.
    The provided document addresses logistical inquiries related to a government Request for Proposals (RFP) process. It confirms the possibility of site visits to assess existing conditions on specified dates, with designated points of contact provided for coordination. Additionally, it mentions the availability of a picture involving a serial number, which likely pertains to equipment or items relevant to the RFP. The document serves as part of preliminary communications, offering essential clarifications for potential bidders regarding site inspection and technical documentation necessary for the proposal preparation. Overall, it reflects aspects of transparency and accessibility typical in government procurement processes.
    This government document outlines a Request for Proposal (RFP) for the replacement of a defective HVAC compressor at the Blanchard Springs Visitors Information Center, located in the Ozark St. Francis National Forest. The main task involves installing a factory replacement for a Johnson Controls Series 20 Split System with specific specifications, including a 20-ton capacity and a 7.5 HP motor. The contractor is responsible for recovering and disposing of any remaining refrigerant in accordance with EPA regulations. The delivery date for the project is set for October 1, 2024, with a performance period extending until December 31, 2024. Additionally, the document references various codes and classifications related to the acquisition process, highlighting that it is open to small businesses, including those owned by service-disabled veterans and women. This solicitation aims to ensure the smooth operation of an essential facility while adhering to federal standards for contract management and environmental safety. The document includes submission instructions and essential contacts for inquiries, demonstrating adherence to federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, ensuring compliance with all federal, state, and local regulations, and completing the work within 45 days of material arrival. This project is crucial for maintaining operational efficiency and safety at the military installation, reflecting the government's commitment to facility upgrades. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit on September 16, 2024, with prior RSVP to the designated contacts, Owen Sinning and Dimas Bernacchia, via email.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    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.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    HVAC Unit at Lake Eufaula Project Office
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is preparing to issue a solicitation for HVAC installation services at the Eufaula Lake Project Office in Oklahoma. This project is designated as a 100% Small Business set-aside under NAICS Code 238220, with a small business size standard of $19 million, and aims to provide essential air conditioning installation and discard services. The contract will be awarded on a Firm-Fixed Price basis, with evaluations based on price, past performance, and compliance with subcontracting regulations. Interested contractors should monitor the PIEE website for updates, as the solicitation is expected to be published around September 4, 2024, with quotes due by September 17, 2024, and the anticipated award date set for September 23, 2024. For further inquiries, contractors can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Rudolfo J. Morales, Jr. at rudolfo.j.morales@usace.army.mil.
    Reclaim and Repackage Recovered Refrigerant 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSB) for a contract to reclaim and repackage recovered refrigerant at Joint Base San Antonio – Lackland. The project involves processing approximately 7,463.7 pounds of various refrigerants, including hydrostatic testing and repainting of recovery cylinders, while ensuring compliance with Environmental Protection Agency regulations. This initiative is crucial for maintaining environmental standards and managing refrigerant recovery operations effectively. Interested contractors must submit their proposals by September 20, 2024, with the contract performance period running from September 25, 2024, to November 25, 2024. For further inquiries, potential bidders can contact Felisa Landez at felisa.landez.2@us.af.mil or Lauren Macias at lauren.macias.1@us.af.mil.