MT. SAINT HELENS HVAC REPLACEMENT UNIT BUILDING #1108
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 USDA Forest Service, Gifford Pinchot National Forest, is seeking quotations for the replacement of a 3-phase power complete Heat pump system at the Mount St Helens National Volcanic Monument Ranger District Office in Amboy, WA. This is a Total Small Business Set-Aside opportunity. The project involves removing the existing HVAC system and installing a new one capable of efficient operation in temperatures below 25 degrees Fahrenheit. Quotations are due by May 29, 2026, at 2:00 PM PDST.
Scope of Work
The contractor will supply and install a replacement 3-phase power complete Heat pump system for Building #1108. This includes the removal and off-site disposal of the existing 16-year-old ducted Trane heat pump system. All necessary labor, materials, and electrical connections are required. Work must comply with applicable codes and standards (OSHA, NEC, NFPA, ASHRAE). The new system must operate efficiently below 25 degrees Fahrenheit, without relying solely on emergency or electric strip heating.
Key Requirements
- System Replacement: Supply and install a new 3-phase power complete heat pump system.
- Removal & Disposal: Remove and dispose of the existing HVAC system off-site.
- Ancillary Work: Replace/modify existing stand, refrigerant lines, drain lines, condensate pump, and air handler/furnace pans. Seal all related access holes.
- Warranty: Provide a minimum 1-year warranty on parts and labor.
- Documentation: Submit manufacturer's catalog sheets or brochures with diagrams, schedules, or performance charts.
- On-site Supervision: A superintendent must be on-site at all times during work.
- Proposal Content: Clearly state the type, size, model number, and lower temperature rating of the proposed equipment.
Contract Details
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 238220 (Plumbing and Air Conditioning Contractors) with a $19.0 Million size standard.
- Product Service Code: N045 (Installation Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
- Period of Performance: June 1, 2026, to September 30, 2026.
- Delivery: 90 Days After Award.
Submission & Evaluation
Quotations for Solicitation 1240BD26Q0050 must be submitted via email to jorge.somoza@usda.gov by May 29, 2026, at 2:00 PM PDST. Submissions must include two separate attachments: a Technical Proposal and a Price Proposal (in Microsoft Word, Excel, or Adobe PDF). Evaluation will be based on Best Value to the Government, considering:
- Technical Proposal: Past Performance (4 similar projects in 3 years) and Technical Capability (equipment list, key personnel, proposed unit details, work schedule).
- Price Proposal: SF-1449, company information, SAM's UEID, signature, completed Schedule of Items, and acknowledgment of amendments. Offerors must have an active SAM registration.
Contact Information
- Contracting Questions: Jorge Somoza at (509) 423-2224 or jorge.somoza@usda.gov
- Technical Questions: Melissa Jolley at (509) 310-3117 or melissa.jolley@usda.gov