INDE 253054 Remediation Services Rehabilitate Miss
ID: 140P2025R0063Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is soliciting proposals for remediation services to rehabilitate mission-dependent HVAC systems and implement energy conservation measures in Philadelphia, PA. This procurement focuses on asbestos removal and enhancing energy efficiency, with a contract performance period set from April 28, 2025, to June 27, 2025. The initiative is part of the government's commitment to improving environmental safety and energy conservation while promoting small business participation, particularly those owned by service-disabled veterans and women. Interested offerors must submit their proposals by the specified due date and can contact Marc Nguyen at marc_nguyen@nps.gov or 720-448-1166 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document outlines a Request for Proposal (RFP) for remediation services related to HVAC systems, specifically targeting asbestos removal and energy conservation measures in Philadelphia, PA. The procurement aims to rehabilitate mission-dependent HVAC systems, with a contract performance period scheduled from April 28, 2025, to June 27, 2025. This acquisition is categorized under the North American Industry Classification System (NAICS) and is set to be administered by the National Park Service's Contracting Services Division. The solicitation is open to small businesses, including those owned by service-disabled veterans and women. Interested offerors are required to submit their proposals by the specified due date and adhere to the outlined terms, including invoicing instructions and payment guidelines. The RFP includes numerous regulatory references, ensuring compliance with federal acquisition regulations. Overall, the document signifies the government's plan to improve environmental safety and energy efficiency through targeted service contracts while promoting small business participation in federal contracting opportunities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
J--MACA-UPGRADE INADEQUATE VC HVAC CONTROLS
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to upgrade the HVAC control system at the Mammoth Cave National Park Visitor Center in Kentucky. The project involves a comprehensive inspection, software and hardware upgrades, system balancing, and operator training to ensure the long-term functionality and efficiency of the HVAC system. This initiative is crucial for maintaining comfort and operational efficiency for both staff and visitors while reducing energy consumption. Interested small businesses must submit their quotes by May 7, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
Y--REHAB PINE ISLAND HOUSING UNIT 124
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a Request for Proposal (RFP) for the rehabilitation of Pine Island Housing Unit 124 located in Everglades National Park, Homestead, Florida. The project entails significant upgrades, including the replacement of electrical, plumbing, and HVAC systems, roof replacement, and interior renovations in various areas of the housing unit. This procurement is particularly important as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236118, with an estimated contract value ranging from $250,000 to $500,000. Interested vendors must register on SAM.gov, attend a scheduled site visit, and monitor the platform for updates, as the official solicitation is expected to be released around June 1, 2025, with proposals due approximately 30 days thereafter. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Z--Fan Coil Unit Replacement
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of fan coil units as part of a presolicitation opportunity. This procurement aims to engage qualified plumbing, heating, and air-conditioning contractors to ensure the effective replacement and installation of these critical HVAC components. The fan coil units play a vital role in maintaining climate control and comfort within park facilities, thereby supporting visitor experience and preservation efforts. Interested small businesses are encouraged to reach out to Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
TX ARANSAS/MATAGORDA IS NWR - HVAC REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide HVAC replacement services at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The project involves the complete removal of four old HVAC systems and the installation of four new systems, with a focus on enhancing environmental controls within the bunkhouse. This initiative is crucial for maintaining operational efficiency and compliance with federal and local mandates, emphasizing the use of ENERGY STAR products to meet environmental standards. Interested contractors must submit their quotes by April 23, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House, located in Seneca Falls, NY. The project involves the environmentally-friendly removal and replacement of an existing 100,000 BTU natural gas boiler, along with associated components, while adhering to historic preservation regulations and maintaining the integrity of the structure. This initiative is crucial for upgrading the infrastructure of a significant historical site, ensuring energy efficiency without compromising its historical value. Interested small businesses must submit their proposals by May 1, 2025, with the project performance period scheduled from July 15, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
OLYM - HEART O HILLS LOOP B ABATEMENT and DEMOLITI
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the abatement of hazardous materials and demolition of the Heart O' the Hills B Loop Comfort Station in Olympic National Park, Washington. The project entails the complete removal of asbestos, lead, mold, and other hazardous materials, followed by proper disposal at authorized locations outside the park, emphasizing environmental safety and compliance. This Total Small Business Set-Aside opportunity is crucial for ensuring public health and safety within park facilities, with a site visit scheduled for April 22, 2025, and proposals due by May 2, 2025. Interested contractors can reach out to Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025 for further information.