North Dakota Bids > Bid Detail

Z--THRO South Unit Shop HVAC Replacement

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159476036482810
Posted Date: May 19, 2023
Due Date:
Solicitation No: 140P6323B0008
Source: https://sam.gov/opp/9818706db4...
Follow
Z--THRO South Unit Shop HVAC Replacement
Active
Contract Opportunity
Notice ID
140P6323B0008
Related Notice
140P6323B0008
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR NEKOTA(63000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 19, 2023 11:56 am EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Medora , ND
    USA
Description
Pre-Solicitation Notice: The National Park Service (NPS), MWR NEKOTA Major Acquisition Buying Office (MABO) intends to issue a Invitation for Bids (IFB)/Sealed Bid process solicitation.

Type of Contract: The NPS intends to award a firm-fixed price, construction contract in response to this IFB.

Solicitation No.: 140P6323B0008.

Project Location: Theodore Roosevelt National Park, Medora North Dakota.

Project Description: This project will incorporate the replacement of the existing liquid propane fueled steams system with a hot water boiler system. New unit heaters and system shall meet the existing and future needs at the fleet shop. Former analog controls will be replaced with the new ABAAS compliant programmable devices. No existing exhaust system, new design shall incorporate a ventilation systems that is sufficient for vehicle maintenance programmatic use. There is a radiant heated floor in the first two (2) bays of the large garage that will be left in place for continued use. The new system shall be upgraded to be in compliance with NFPA, NEC, and State of North Dakota requirements respectively. MECHANICAL: A new heating water only boiler system to simplify the heating system which can be easily linked, and sequence operation run time. The steam piping to be removed and the routes reused for new heating water pipe. Abate the ACM on all the insulation elbows. Remove all unit heaters, fan coil units, and H&V units. Remove the exhaust fan for the Paint Room/Paint storage room. Maintain the radiant floor heat and connect the new heating water boiler system. Provide new control valve for the in-floor radiant heat. Provide a new fan coil unit over the office area to provide heat to the office and restroom at the ceiling level. Remove the duct and diffuser at the floor level in the office. Replace existing H&V units with a dedicated outdoor air system (DOAS) on the east end of the building at grade level. This unit is to bring in 100% outside air and then be ducted up the side of the building and into each of the spaces based on the ventilation need for each space. The DOAS to provide tempered air in the wintertime via a heating coil and fresh air during all other times. The heating coil for the DOAS to be a propane fired heating section. Heating to be accomplished with the installation of multiple unit heaters, Exhaust for the building is to be: a. An individual switched exhaust fan for the shower room ducted up through the roof. b. Fleet garage - A general exhaust fan that operates based on maintaining a slightly positive pressure in the space and providing a relief path for the ventilation air introduced by the DOAS. The fan shall also be tied into a CO sensor that upon an elevated level would go into full exhaust mode and provide an audible alarm to the occupants. For the vehicle exhaust, a passive system would be provided that would provide a hose from the tailpiece of the vehicle to an opening on the garage door to exhaust the fumes outside during the winter warm up period. c. LE/Fire Cache - A general exhaust fan that operates based on maintaining a slightly positive pressure in the space and providing a relief path for the ventilation air introduced by the DOAS. The fan shall also be tied into a CO sensor that upon an elevated level would go into full exhaust mode and provide an audible alarm to the occupants. For the vehicle exhaust, a passive system would be provided that would provide a hose from the tailpiece of the vehicle to an opening on the garage door to exhaust the fumes outside during the winter warm up period. d. Paint Room and paint storage – replace the existing fan with a new exhaust fan sized for paint operations and controlled via a wall switch. e. cleaning storage room, provide a general exhaust fan to continuously exhaust the room and maintain a negative pressure. Carpentry shop – provide a general exhaust fan that is interlocked to the dust collector to turn off when the dust collector is on. ELECTRICAL: Provide new branch circuiting to the new mechanical loads from the existing 100 amp Maint 1 and 200 amp Maint 2 panels. There are limited spare breakers within these two panels, in order to provide a minimum of 25% spare capacity, a new 60 amp sub-feed panel will be required for the new branch circuit loads. Provide a new 200 amp with 200 amp main, NEMA 3R, 240/120v 3 phase panelboard on the exterior of the building, at the same location that the underground lines currently come into the building. This new panel will then have sub feeds directly to panel Maint 1 Maint 2, and Truck panel, as well as being a service rated panel with an NEC required service disconnect. Provide a new 250 amp service and 250 amp distribution panel to replace the existing 250 amp and 150 amp fused disconnects on the exterior of the Cold Storage Building. This new panel will provide code compliant feeds with proper overcurrent protection to the Generator Automatic Transfer Switch, the Panel Cold Storage, and the new panel located on the Maintenance Building. STRUCTURAL: Provide new openings in roof for new ductwork penetrations. Provide structural support for new mechanical equipment. CIVIL: Provide new propane and electrical utilities to the building. Provide concrete pad for make-up air unit.

Unique Requirements: The government will consider bid options for additional work.

Limitations on Subcontracting: Contractors must also consider their ability to manage subcontractors of various business sizes and categories to ensure compliance with Limitations on Subcontracting requirements as outlined in the Federal Acquisitions Regulation.

Period of Performance: 270 calendar days. Estimated start time late July/August 2023. The final performance period start date is contingent on issuance of Notice to Proceed.

Magnitude: Between $250,000 and $500,000.

Notice of Set Aside: This acquisition is set-aside for 100% Total Small Business Set-Aside.
The associated NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $19 million.

IMPORTANT NOTICE: Businesses registered in the System for Award Management (SAM.gov) must update their SAM registration in order to have their small business status updated based on the new size standards effective March 17, 2023. Until the SAM registration is updated, the SAM profiles will continue to display the small business status under the old size standards.

Site Visit: A Pre-bid site visit will be scheduled, and the details announced with the release of the IFB. Offerors are highly encouraged to attend the scheduled site visit to ensure they fully understand the requirement and conditions that may affect the specifications, cost of project, and performance.

Publicizing: The IFB package, including applicable specifications and drawings and attachments, will be posted to http://www.sam.gov Contract Opportunities on/about June 5, 2023. The responses will be due approximately 30 days after the IFB issue date and it is anticipated that the bid opening date will be scheduled on/about July 6, 2023. The specific date and time will be announced in the solicitation that will follow this notice. No hardcopies or email copies will be provided.

Registration: Offerors must have a UEI number and be registered and active in the System for Award Management (SAM) http://www.sam.gov in order to be eligible for award.

For questions, please contact Joanie Brzezinski, Contract Specialist, joan_brzezinski@nps.gov, 605-574-0515.

Attachments/Links
Contact Information
Contracting Office Address
  • DOI, NPS, MWR - NEKOTA MABO 820 Columbus St
  • Rapid City , SD 57701
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >