Nome, AK Boiler Replacement at FAA Housing Complex
ID: 6973GH-25-R-00081Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

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

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of boilers at the FAA housing complex in Nome, Alaska. The project aims to enhance the heating system's functionality and efficiency while ensuring minimal disruption to residents during the transition, with a completion deadline set for September 27, 2025. This procurement is crucial for maintaining safe and comfortable living conditions for FAA personnel and their families, reflecting the government's commitment to infrastructure integrity. Interested small businesses must submit their sealed proposals by February 21, 2025, with a project budget estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Jason Fox at Jason.A.Fox@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.

    Files
    Title
    Posted
    This document outlines a request for proposals (RFP) from the FAA Aeronautical Center for the replacement of boilers at the Nome, AK FAA housing complex. The solicitation, numbered WS-25-00408, has a deadline for proposals set for February 21, 2025, with a price range between $500,000 and $1,000,000. The project is designated as a Total Small Business set-aside, aimed at ensuring small enterprises can participate competitively. Key requirements include the submission of sealed offers, detailed work performance, and a strong emphasis on safety and regulatory compliance, including obtaining necessary permits and adhering to specific work hours. In addition, contractors must furnish performance and payment bonds. The contract includes various technical specifications, plans, and additional work pricing related to the broader renovation project. The document emphasizes transparency and compliance, requiring meticulous reporting and coordination with the FAA's Contracting Officer's Representative (COR). It addresses emergency protocols, inspection rights of the FAA, and contractor responsibilities, ensuring that all parties understand their obligations under federal contracting regulations. Overall, this RFP process underscores the FAA's commitment to safe, compliant, and efficient upgrades to vital infrastructure.
    This government document outlines an amendment to a solicitation related to a federal contract, particularly focused on a brief regarding the Nome, Alaska boiler complex. The amendment announces a scheduled TEAMS call on February 7, 2025, aimed at examining a 3D scan of the complex. It includes various administrative details, such as acknowledgment requirements for offers and implications for previously submitted proposals. The document specifies that all terms of the original solicitation remain intact except where changes are indicated in the amendment. It highlights the importance of timely acknowledgment for bid submissions, which could affect the reception of offers. This amendment serves to facilitate communication regarding the upcoming meeting and reinforces procedural compliance for interested contractors.
    The document is an amendment to a solicitation from the FAA regarding contract modifications for an aeronautical center project. It announces a site visit scheduled for February 20, 2025, in Nome, AK, and provides the location's GPS coordinates. Additionally, it includes information about a PDF file titled "6973GH-25-R-00081 RFIs" and sets deadlines for questions due by February 27, 2025, and proposals by March 7, 2025. The amendment also updates the Wage Determination for Alaska, effective January 31, 2025. Overall, the document serves to inform contractors of important modifications and deadlines associated with the solicitation process for the project while ensuring compliance with government contracting procedures.
    The document addresses inquiries related to Solicitation No. 6973GH-25-R-00081, focused on a federal procurement project estimated to fall between $500,000 and $1,000,000. Key points include concerns about project closeout payment structures and contractor billing timelines, where the government aims to retain 15% until project completion. It clarifies that ample staging space is available for contractors, but living quarters cannot be used for housing. Furthermore, the government has removed a previously imposed four-hour cutover period for boiler system replacements to facilitate project execution while requiring maintained temperatures in occupied units. Contractors are allowed to propose alternative boiler systems that meet performance criteria, potentially expediting project timelines. The document also specifies proposal submission requirements, including the need for completed Sections B and K, and articulates restrictions concerning confidential data disclosure. Overall, the solicitation emphasizes achieving competitive bids from qualified contractors while adhering to technical standards and operational requirements. The focus is on effectively managing the complexities of the project while ensuring minimal disruption to facility residents.
    The government file pertains to the experience information required from contractors in response to federal and state RFPs, grants, and contracts. It outlines a structured format for contractors to provide essential details, including their name, address, contract numbers, monetary values, project status, title, and location. The document emphasizes the need for a comprehensive project description that specifies the contractor's role, responsibilities, and whether they operate as a prime or sub-contractor. Additionally, it requests contact information for the project owner or manager, ensuring clear communication for oversight and evaluation purposes. This organizational framework ensures that contractors can thoroughly present their qualifications and project experiences while enabling government evaluators to assess proposals effectively and maintain accountability.
    The government file outlines the NOME Boilers Replacement project, managed by the Federal Aviation Administration (FAA) under the Department of Transportation. The project aims to replace and upgrade boiler systems at the Infrastructure Engineering Center in Anchorage, Alaska. Various documents included in the file detail specific aspects of the project, including mechanical and electrical specifications, boiler and piping diagrams, demolition plans, and environmental considerations. The documentation emphasizes compliance with federal standards and regional safety regulations. Detailed plans for demolition and installation are critical to ensure system effectiveness and safety. The project includes comprehensive specifications for mechanical systems, such as water heating specifications and piping layouts, along with schedules for valves and mechanical equipment. Key personnel involved in the project include Daniel Burton (Platform Manager) and Daniel Williams (Project Engineer), underscoring the collaborative nature of government projects. The documents are produced using region-specific AutoCAD systems, ensuring accuracy in project design and execution. Overall, this file serves as a foundational reference for project stakeholders to ensure successful completion while adhering to regulatory standards.
    The Nome Housing Complex Boiler Replacement project outlines the replacement of the existing mechanical systems to ensure continuous heating service to FAA and NWS spaces. The contractor is responsible for demolishing legacy systems, implementing new ones, and minimizing heating outages during the transition while maintaining a minimum temperature of 60 degrees Fahrenheit in occupied spaces. The project must adhere to various regulatory codes, including the 2021 International Codes and established design guidelines. Key requirements include providing complete operational systems, protecting existing equipment during installation, and ensuring compliance with plumbing and mechanical standards. The contractor must also field-verify existing conditions and inform the authorities of any discrepancies. Submittals for equipment and materials must be presented for approval, and specific materials used in plumbing and hydronic heating systems are specified to meet industry standards. Safety measures such as pressure testing of the installed piping are mandated, along with guidelines for hangers, supports, and system identification labels. Overall, the project aims to enhance the mechanical functionality of the housing complex while ensuring compliance with all applicable codes and regulations, reflecting the government's commitment to maintaining efficient and safe living conditions.
    The document outlines the Proposal and Pricing Form for the Nome Housing Boiler Replacement project, soliciting proposals from contractors. It provides a structured approach for respondents to present their qualifications, including company information, bonding, safety criteria, technical capabilities, and pricing details. Key sections require details on insurance ratings, past performance on similar projects, proposed personnel, and detailed project phasing. Contractors must detail their total firm-fixed-price proposal, break down costs across various work divisions, and include optional items for potential additional work. There is a strong emphasis on safety standards, prior project experience, compliance with regulations, and detailed scheduling to ensure timely project completion by September 27, 2025. The submission must include certifications and may lead to disqualification if misrepresentation occurs. This solicitation highlights the government's commitment to transparent procurement processes, ensuring qualified contractors deliver specific construction services while adhering to safety and regulatory requirements.
    The project outlined in this document pertains to the removal and replacement of boilers and piping for the central heating system at the Nome FAA housing complex in Nome, Alaska. Managed by AAL Engineering services, the objective is to enhance the functionality and efficiency of the heating system while ensuring that essential services remain operational during the work. Key activities include removing outdated equipment, installing new boilers and burners, and making necessary structural improvements to the heating supply building. Procurement will focus on essential equipment such as boilers, burners, and controls, while demolition efforts will involve the removal of non-functional fixtures and existing structural components. The contractor is expected to coordinate closely with FAA personnel and adhere to local codes and FAA standards throughout the project. Proper timelines must be developed, alongside a subcontracting plan for FAA review. The overall aim is to provide a fully operational heating system that complies with all regulatory requirements, demonstrating the government's commitment to maintaining infrastructure within its facilities.
    The government file comprises various instances and details related to federal and state/local Requests for Proposals (RFPs) and grants. The main focus rests on the identification of funding opportunities and requirements for different projects aimed at enhancing public services. Key subjects include the stipulations associated with each grant, timelines for submission, eligible entities, and project scopes. The document highlights the importance of adhering to specified guidelines, including detailed outlines of expected deliverables, evaluation criteria for proposals, and compliance regulations necessary to secure funding. Furthermore, it underscores the competitive nature of federal and state funding and stresses the significance of collaborative efforts among stakeholders to effectively utilize available resources. The context suggests a concerted effort by government bodies to stimulate various sectors through fiscal incentives, thereby fostering innovation and improving community services. Overall, the file serves as a crucial reference for entities seeking to engage with public funding mechanisms.
    The provided document is largely unintelligible due to extensive garbled text, rendering it impossible to extract a coherent main topic or key ideas. However, it appears to originate from government sources related to procurement processes, possibly involving federal grants or RFPs (Requests for Proposal). Typically, such documents offer information regarding funding opportunities, project specifications, application guidelines, and critical deadlines. They serve to guide organizations and contractors in submitting proposals for contracts or grants provided by state and federal governments. If the original content were accessible and coherent, a summary would likely emphasize the central topic, outline specific objectives for the funding or contracting opportunities, detail eligibility requirements, and summarize the application and evaluation processes. Furthermore, it would highlight the importance of compliance with regulatory standards and the timelines involved for prospective applicants. Without clear content, however, it is essential to note that comprehensive guidance and a structured framework are fundamental components within governmental RFPs and grants. These documents aim to provide clarity on available funding and criteria for project submissions, significantly impacting the proposals submitted by various organizations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotations for the removal and replacement of an inoperable rooftop HVAC unit at Building 2410, Joint Base Cape Cod, Massachusetts. The project aims to enhance operational efficiency for the United States Air Force and Federal Aviation Administration by installing a new natural gas-fired HVAC system, which includes necessary electrical connections and airflow balancing, while adhering to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with a budget range of $25,000 to $125,000, and proposals are due by 4:00 PM EST on February 26, 2025. Interested contractors can contact Patricia Barnett at patricia.barnett@dot.gov or Matthew Phelps at matthew.phelps@dot.gov for further information.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the women's restroom and men's shower area at the ZSU Combined EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative aims to enhance recreational facilities and ensure environmental compliance, thereby improving visitor experiences while safeguarding natural resources. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, and interested contractors must acknowledge receipt of amendments and be registered in the System for Award Management (SAM). For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    OAKLAND ARTCC (ZOA) REPLACE CPC VAULT EMERGENCY LIGHTING SYSTEM CONTROL MODULE AND BATTERIES - Bipartisan Infrastructure Law (BIL) JCN: 24004057
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of the CPC Vault Emergency Lighting System Control Module and Batteries at the Oakland Air Route Traffic Control Center in Fremont, California. The project entails the demolition of existing components and the installation of new equipment, with a focus on ensuring compliance with safety and security regulations, including obtaining necessary permits and maintaining effective communication with FAA representatives. This initiative is critical for maintaining operational safety at air traffic facilities and is part of the Bipartisan Infrastructure Law funding efforts. Interested contractors must register in the SAM database and submit their proposals by February 28, 2025, with a project budget estimated between $25,000 and $50,000. For further inquiries, contractors can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    FE Warren KN-16 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase of two KN-16 boilers for Buildings 336/1151 at FE Warren Air Force Base in Wyoming. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of compliance with federal regulations and the need for bidders to submit detailed pricing, product specifications, and delivery schedules. The boilers are critical for maintaining operational efficiency within the facility, and the government will manage unloading services upon delivery, while contractors must ensure their delivery personnel meet access requirements to the base. Interested parties should direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must acknowledge the solicitation amendment prior to the submission deadline to ensure their offers are considered.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE CAFETERIA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the cafeteria located at the San Juan Combined EnRoute and Approach Control Facility (CERAP) in Puerto Rico. The project entails comprehensive renovations, including the relocation of appliances and furniture, demolition of specific walls, removal of flooring and fixtures, and installation of new cabinetry and flooring, all while adhering to safety standards and minimizing disruption to FAA operations. This refurbishment is part of the FAA's commitment to maintaining safe and functional facilities, with an estimated project cost between $100,000 and $135,000, and a completion timeline of 60 days post-Notice to Proceed. Interested contractors, particularly small businesses, should contact Stephen Branch at stephen.n.branch@faa.gov for further details and ensure compliance with all submission requirements outlined in the solicitation documents.