Closed Solicitation · DEPARTMENT OF THE INTERIOR

    Z--REPLACE CHILLER AT AM1201 FMO

    Sol. 140P8525Q0034PresolicitationSAN FRANCISCO, CA
    Closed
    STATUS
    Closed
    closed May 2, 2025
    POSTED
    Apr 17, 2025
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    Z1NB
    Product & service classification

    AI Summary

    The National Park Service is seeking bids for the replacement of a failing chiller at the Fire Management Office in Sequoia National Park, California. This project includes demolition, removal, and installation of a new air-cooled chiller system, with a budget between $100,000 and $250,000. The solicitation is set aside for small businesses, and proposals are due by May 21, 2025. Interested bidders must register with SAM and check for updates on the RFQ, available around May 2, 2025.

    Contract details

    Solicitation No.
    140P8525Q0034
    Notice Type
    Presolicitation
    Posted Date
    April 17, 2025
    Response Deadline
    May 2, 2025
    NAICS Code
    238220AI guide
    PSC / Class Code
    Z1NB
    Primary Contact
    Roppolo, Brian
    State
    CA
    ZIP Code
    94104

    Description

    PRE-SOLICITATION ANNOUNCEMENT
    SEQUOIA AND KINGS CANYON NATIONAL PARKS
    SEKI Chiller Replacement
    RFP No. 140P8525Q0034
    The National Park Service (NPS), Sequoia National Park located in California, has a requirement to replace the failing Fire Management Office chiller with a new chiller system.

    This project involves the demolition, removal, disposal, replacement, re-charge of the chilled water loop solution, start-up, testing, and training of staff, of the packaged aircooled chiller at the Fire Management Office at the Ash Mountain area of Sequoia National Park, Tulare County, California. The contractor shall provide all labor, equipment, materials, and any other thing necessary to accomplish this work as specified herein.

    1. The existing air-cooled chiller was installed circa 1999 as part of a redesign of the
    building HVAC system. A copy of the plans for that project will be provided in the solicitation.
    The existing chiller is a 40-ton capacity Carrier model 30GUR060-E-520FC. It is sited exterior to the building in a fenced enclosure. The intent of this project is to replace this unit in-kind with respect to capacity while maximizing the efficiencies and advantages available with newer equipment.

    2. The present unit is designed for and furnished with 208-230 VAC 3 phase electrical power with a building mounted disconnect fused at 150 Amps. The site elevation is approximately 1,690 feet above mean sea level.

    This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238220; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $100,000.00 to $250,000.00.

    The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 2 May 2025, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 21 May 2025. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ.

    An organized site visit has not been scheduled. If one is required/requested information on the site visit will be included in the solicitation.


    SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website.

    A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor¿s own expense.

    NOTE: Information contained in this pre-solicitation announcement is subject to change.

    Key dates

    1. April 17, 2025Posted Date
    2. May 2, 2025Proposals / Responses Due

    Frequently asked questions

    Z--REPLACE CHILLER AT AM1201 FMO is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.