Minuteman National Historical Park- FARWELL JONES
ID: 140P4326R0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a gas-fired boiler at the Farwell Jones House within Minuteman National Historical Park in Concord, Massachusetts. This project, set aside for small businesses, requires the contractor to remove the existing leaking boiler and install a new unit that meets or exceeds specified requirements, ensuring compliance with all relevant federal, state, and local regulations. The work is critical for maintaining the operational integrity of the historical site, which is occupied and requires minimal disruption during installation. Interested contractors should note that the estimated cost is under $25,000, with a performance period of 60 days starting February 1, 2026. For further inquiries, contact Samuel McKenzie at samuel_mckenzie@nps.gov.

    Point(s) of Contact
    McKenzie, Samuel
    (000) 000-0000
    (304) 535-6081
    samuel_mckenzie@nps.gov
    Files
    Title
    Posted
    Minute Man National Historical Park seeks a contractor to replace a leaking gas-fired boiler at the Farwell Jones House in Concord, MA. This Statement of Work outlines requirements for the removal of the old unit and installation of a new boiler of equal or greater specifications. The contractor must provide all labor, materials, and equipment, ensuring compliance with all applicable federal, state, and local laws, including possessing Massachusetts Plumbing and Electrical licenses. Key aspects include site inspection, submission of new boiler specifications, safe disposal of the old unit, minimal disruption during installation, and performance testing. The project has a 60-day period of performance starting February 1, 2026, and requires coordination with park staff as the house is occupied. The contractor is responsible for all waste disposal and must warranty the work performed.
    This government file, General Decision Number MA20260004, outlines prevailing wage rates and fringe benefits for residential construction projects up to four stories in various Massachusetts counties. It details rates for numerous trades, including Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Laborers, Painters, Plasterers, Plumbers/Pipefitters, Roofers, and Sheet Metal Workers. The document specifies different rates based on the county and specific local chapters or zones within those counties. It also includes footnotes regarding vacation, paid holidays, and mentions Executive Orders 13706 and 13658 concerning paid sick leave and minimum wage for federal contractors. The file concludes with an explanation of wage rate identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determinations.
    Federal Acquisition Regulation (FAR) 36.211(b) mandates that agencies detail their policies and procedures for definitizing equitable adjustments in construction contract change orders. Additionally, they must provide data on the time required to complete these adjustments. This information is available through the Department of the Interior's acquisition policy website, serving as a critical reference for federal construction contract administration and compliance.
    The National Park Service, Northeast Region, New England Major Acquisition Buying Office, has issued a Request for Proposal (RFP) for construction work at Minuteman National Historical Park. This small business set-aside project involves replacing one boiler at the Farwell Jones House, with an estimated cost of less than $25,000. The solicitation outlines requirements for performance bonds, offer acceptance periods, and detailed instructions for offer submission, emphasizing adherence to specifications, drawings, and numerous federal acquisition regulations. Key aspects include a 10-calendar day commencement period and a 60-calendar day completion timeframe after receiving notice to proceed. The document also details inspection procedures, contractor responsibilities, payment terms via the Internet Payment Platform, and prohibitions on specific telecommunications and IT equipment from certain foreign entities and Kaspersky Lab.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Steam boiler installation, Joint Base Cape Cod
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is soliciting bids for the installation of a steam boiler at the Forest Pest Methods Laboratory in Buzzards Bay, Massachusetts. The project aims to replace an existing Bryan boiler to enhance environmental climate control and support the autoclave system in Building 1398, which is utilized for research on invasive pests. The contractor will be responsible for all aspects of the installation, including labor, materials, and compliance with regulatory standards, with a completion timeline of 120 calendar days from the Notice to Proceed. Interested small businesses must submit their quotes by January 21, 2026, at 12 p.m. CT, and can contact Jim Roloff at james.g.roloff@usda.gov or 612-590-7603 for further information.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Boiler Replacement at the MPI
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the replacement of the boiler system at the Museum of the Plains Indians in Browning, Montana. The project entails the removal of the existing single boiler and the installation of a new two-boiler system, which includes design, plumbing, controls, and necessary asbestos remediation. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and has an estimated construction magnitude between $100,000 and $250,000, emphasizing the importance of compliance with federal, state, and tribal regulations, including adherence to Department of Labor wage rates. Interested contractors must attend a mandatory site visit on January 22, 2026, with proposals due by February 4, 2026, and should contact Kurt Egner at kurt.egner@bia.gov for further information.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of the boiler in Building 290 at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project involves replacing an outdated 1988 model boiler with a new high-efficiency condensing boiler, including the installation of associated piping, valves, and a water treatment system. This procurement is critical for ensuring energy efficiency and reliability in facility operations, with a total budget of $60,000 and a contract duration of 60 calendar days post-award. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by January 22, 2026, following a pre-proposal conference and site visit on January 7, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or 314-527-8033.
    Quemado Ranger District Furnace Replacement Gila National Forest
    Agriculture, Department Of
    The United States Department of Agriculture, Forest Service is soliciting quotes for the Quemado Ranger District Furnace Replacement project located in Gila National Forest, New Mexico. This procurement involves replacing an existing gas furnace with a new 90,000 BTU efficient downflow gas furnace, which includes tasks such as procurement, demolition, removal, disposal, delivery, installation, connection, and reconnection of the unit and its associated components. The project is set aside 100% for small businesses under NAICS code 238220, with an estimated performance period from February 2, 2026, to April 1, 2026. Interested contractors must submit their proposals by January 19, 2026, and direct any questions to Shavera Leveille at shavera.leveille@usda.gov by January 14, 2026. All bidders must be registered in the System for Award Management (SAM) to be eligible for the award.
    N--SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, 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 installation of two new 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips in two staff quarters buildings, which are currently served by aging units nearing the end of their operational life. This procurement is crucial for ensuring safe and comfortable living conditions for staff and their families on-site. Interested contractors must submit their quotes by January 14, 2026, at 3:00 PM EST, following a site visit scheduled for December 17, 2025, and are encouraged to direct any questions to William Koski at williamkoski@fws.gov. The total project value is estimated to be less than $25,000, with a performance period from February 2, 2026, to April 30, 2026.
    J--Gas Heater Repair Palomino Valley Fire Station
    Interior, Department Of The
    The Bureau of Land Management (BLM) Nevada State Office is seeking qualified contractors to repair a gas heater at the Palomino Valley Fire Station in Reno, NV. The project involves replacing the motor assembly and fan motor of a REZNOR UDAP60 unit, which is critical for maintaining operational temperatures for fire engines during winter months. This Small Business set-aside contract has an estimated value of less than $25,000, with a performance period from January 20, 2026, to February 27, 2026. Interested contractors must submit their offers by January 13, 2026, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
    YOSE-INSTALL FIRE SPRINKLERS AT WAQ 4065
    Interior, Department Of The
    The Department of the Interior, National Park Service (NPS), is soliciting quotes for the installation of a Residential Fire Sprinkler System at a residence in Yosemite National Park, specifically WAQ 4065. This procurement is a total small business set-aside, requiring contractors to provide all necessary mobilization, labor, materials, and equipment for the project, which is essential for ensuring compliance with current building codes following damage from winter storms. Proposals must be submitted via email by January 28, 2026, at 12:00 PM PST, with a site visit scheduled for January 21, 2026, at 11:00 AM PST; interested parties can direct inquiries to Brian Roppolo at brianroppolo@nps.gov. The estimated construction magnitude is less than $25,000, and the NAICS code for this opportunity is 238220, with a small business size standard of $19.0 million.
    KN4 Condensing Hot Water Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a KN4 Condensing Hot Water Boiler through a Combined Synopsis/Solicitation. The requirements include a brand name or exact match boiler with specific performance metrics, including a rating of 399 MBH Input and 359 MBH Output, natural gas-fired operation at 90% efficiency, and additional features such as a BACnet Protocessor and a Dungs lock-up style high gas pressure regulator. This equipment is critical for efficient heating solutions in military facilities, ensuring operational readiness and energy efficiency. Interested small businesses must contact Daniel Goldberg at daniel.j.goldberg6.civ@army.mil or call 301-619-9146 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.