HVAC Replacement for SH PP and SC PP
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior, Bureau of Reclamation, is soliciting proposals for HVAC Replacement at the Shasta Power Plant (SH PP) and Spring Creek Power Plant (SC PP). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a firm-fixed-price construction contract. Proposals are due by May 26, 2026, at 1700 local time.
Scope of Work
This opportunity involves the installation of three new HVAC units: two for the seventh-floor control room at the Shasta Power Plant and one for the computer room at the Spring Creek Power Plant. The project requires the complete removal and replacement of existing HVAC units, including condenser units, copper tubing, condensate drains, electrical connections, and fan coil units. The new units will utilize R454B refrigerant. The SH PP units must provide both heating and cooling, while the SC PP unit will provide cooling only. Replacement systems must match existing system types and sizes (SH PP system is a water source heat pump). The contractor will provide all necessary personnel, equipment, materials, tools, and supervision.
Contract Details
- Contract Type: Firm-fixed-price construction contract.
- NAICS Code: 238220 (Plumbing and Air-Conditioning Contractors) with a $19.0 million size standard.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Estimated Price Range: Between $25,000 and $100,000.
- Period of Performance: 90 calendar days from the issuance of the Notice-to-Proceed.
- Bonds: Payment and performance bonds are not required; however, alternative payment protections are required.
Submission & Evaluation
- Proposal Submission Deadline: May 26, 2026, by 1700 local time.
- Submission Method: Via email to cseibure@usbr.gov. Proposals should be a single PDF file (preferred) or separate volumes, not exceeding 1-5MB or 5 pages total per email.
- Proposal Content: Must include Technical Approach, Project Schedule, Past Performance, Price Proposal, and Required Documents (amendment acknowledgments, representations/certifications, subcontracting plan).
- Evaluation Factors: Lowest Price Technically Acceptable (LPTA) source selection process, evaluating Technical Acceptability (Pass/Fail), Past Performance (Acceptable/Neutral/Unacceptable), and Price (reasonableness and completeness).
- Questions Deadline: May 14, 2026, COB. Questions must be submitted in writing via email.
Key Attachments & Notes
- A site visit is scheduled for May 12, 2026. Registration is required, and attendees must wear specific Personal Protective Equipment (PPE) including hard hats, safety toe boots, sturdy attire, safety glasses, and hearing protection. A site visit map is provided.
- Offeror Responsibility Information (FAR Part 9) must be completed, detailing existing commitments, equipment, and personnel availability.
- A Past Performance Questionnaire is used for evaluating contractor performance.
- General Decision Number CA20260007 specifies prevailing wage rates and fringe benefits for construction trades in California.
- A Release of Claims form (DI-137) may be required.
- A notice clarifies that certain SAM representations (e.g., 52.223-22, 52.212-3 paragraph (t)) may not be applicable to this solicitation and will not be considered by the agency.
Contact Information
Primary Contact: Charlesetta Seibure (cseibure@usbr.gov, 916-978-5456).