HVAC SYSTEM REPAIRS AT SHENANDOAH NATIONAL PARK IN

SOL #: 140P4226Q0004Solicitation

Overview

Buyer

Interior
National Park Service
NER SERVICES MABO (43000)
BOSTON, MA, 02108, United States

Place of Performance

Place of performance not available

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

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

Timeline

1
Posted
Feb 6, 2026
2
Submission Deadline
Feb 27, 2026, 5:00 PM

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 National Park Service (NPS) is soliciting proposals for HVAC System Repairs at the Headquarters Maintenance Building of Shenandoah National Park in Luray, Virginia. This Firm Fixed-Price solicitation, set aside for Total Small Businesses, requires the replacement of a Carrier compressor and the repair of a Well-McLain boiler. Quotes are due by February 27, 2026, at 12:00 PM EST.

Scope of Work

The contractor will be responsible for furnishing all equipment, materials, supplies, and labor for two primary tasks:

  • Compressor Replacement: This involves safely taking the existing Carrier, Model: 30HWA040-D-511FH compressor offline, recovering refrigerant, disconnecting and removing the old unit, cleaning piping, installing a new compressor matching original specifications, reconnecting all components, filling with compressor oil, evacuating and leak testing the system, and recharging with the correct refrigerant. The new compressor must have a 90-day factory warranty. Detailed specifications for the existing compressor (Carlyle, Screw type, 3 Phase, 60 Hz, 208-230/460 VAC) are provided to guide bidders.
  • Boiler Repair: This task requires a full visual and operational inspection of the Well-McLain model 688 hot water boiler to identify and repair leaks, cracks, or corrosion. The process includes draining the system, disconnecting piping, wiring, and propane gas lines, disassembling the boiler to replace gaskets, reassembling, and then refilling, leak testing, and bleeding air from the system. The contractor must supply all parts meeting factory specifications.

All work must adhere to OSHA and local HVAC safety regulations, utilize proper PPE, and ensure repairs meet ASME standards where applicable. The contractor is also responsible for removing all replaced parts and trash from the work area.

Contract Details

  • Contract Type: Firm Fixed Price Quote
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
  • Period of Performance: March 9, 2026, to April 10, 2026
  • Place of Performance: Shenandoah National Park Headquarters Maintenance Building, 3655 US HWY 211 East Luray, Va 22835
  • Wage Determination: Bidders must comply with U.S. Department of Labor Wage Determination No. 2015-4333, Revision 32, for the Service Contract Act, applicable to Madison, Page, and Shenandoah Counties, Virginia.

Submission & Evaluation

  • Inquiries Due: February 20, 2026, by 12:00 PM ET, via email to Debbie_Coles@nps.gov.
  • Quotes/Offers Due: February 27, 2026, by 12:00 PM EST, via email to Debbie_Coles@nps.gov. Faxed submissions will not be accepted.
  • Site Visit: A site visit is scheduled for Tuesday, February 17, 2026, at 10:00 AM ET at the Shenandoah National Park Headquarters Maintenance Building.
  • Evaluation: Award will be made to the responsible offeror whose proposal meets requirements at the lowest price, offering the "best value" to the Government. Evaluation will be based on Factor 1 - Work Summary (Technical) and Factor 2 - Price, with technical acceptability being primary.
  • Eligibility: Contractors must have an active SAM registration at the time of award. Payment requests will be processed through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).

People

Points of Contact

Coles, DeborahPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 6, 2026
HVAC SYSTEM REPAIRS AT SHENANDOAH NATIONAL PARK IN | GovScope