Sign up to access Documents
Signup now
REHABILITATE HVAC SYSTEM COMPONENTS AT PARK HEADQUARTERS (HQ) AND NORTH OPERATIONS CENTER (NOC), REDWOOD NATIONAL AND STATE PARKS.
The National Park Service (NPS) at Redwood National and State Parks, located within Del Norte County, California, has a requirement to rehabilitate heating, cooling and air conditioning System Components at two park buildings: the Park Headquarters and the North Operations Center, both located in Crescent City, California. The project scope for the 11,480 square foot headquarters building includes replacement of existing mechanical equipment for installation of new Dedicated Outdoor Air System (DOAS) and associated ductwork, accessories, electrical and structural upgrades as required. New concrete pads, interior cutting and patching of gypsum wallboard and ACT tile in areas impacted by HVAC upgrade. Option work for this building consists of replacement and removal of existing stair roof structure at four (4) locations as indicated on the drawings including roofing membrane, flashings, sheathing, etc.; installation of new framing, sheathing, and roofing membrane with associated flashings; new curb-mounted roof hatches with integral ship ladder; and coordination with main roof re-roofing project to be anticipated. The North Operations Center project scope for the 30,722 square foot maintenance building includes replacement of existing mechanical equipment for installation of a new variable refrigerant flow (VRF) system, including replacement of makeup air at the paint room, and associated electrical and structural upgrades as required to support the new heating, cooling and air conditioning system. Option work for this building consists of replacement of paint room make-up air unit and associated scope, including mechanical equipment and electrical upgrades. The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation, once issued. All work shall be performed in accordance with local, state, and federal laws.
Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000.
The North American Industry Classification System (NAICS) Code for this requirement is 238220, with a corresponding size standard of $19 million in annual gross receipts for the past three years.
This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered.
The Request for Proposal (RFP) will be available on/about June 18, 2025, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP.
The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (project experience, schedule, past performance, and California contractor license) as listed in the Request for Proposal.
An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.