OR-TUALATIN RIV NWR-HVAC REPLACEMENT

SOL #: 140FS126Q0086Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Plumbing (238220)

PSC

Air Conditioning Equipment (4120)

Set Aside

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

Timeline

1
Posted
Apr 15, 2026
2
Submission Deadline
Apr 24, 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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotes for an HVAC Replacement project at the Tualatin River National Wildlife Refuge (NWR) Visitor Center in Sherwood, Oregon. This Total Small Business Set-Aside opportunity seeks a contractor to replace the existing HVAC unit for the Environmental Education Classroom W110. Quotes are due by April 24, 2026.

Scope of Work

The project involves the comprehensive replacement of an HVAC unit. Key requirements include:

  • Removal and legal disposal of the existing HVAC unit, including refrigerant recovery and recycling.
  • Installation of a new commercial HVAC unit with a minimum SEER rating of 16 (or 17 for Alternate 2).
  • The new unit must carry a 10-year manufacturer's warranty on its compressor.
  • Installation of a programmable digital thermostat.
  • Verification and completion of all utility connections (water, electrical, drain, controls, ductwork).
  • Demonstration and training on the new equipment for FWS personnel.
  • Provision of a list of five manufacturer-certified maintenance companies within a 25-mile radius.
  • Compliance with all applicable federal, state, and local codes (e.g., IBC, NEC, NFPA 101, ADA/ABA).

Contract Details

  • Contract Type: Firm-fixed-price.
  • Award Basis: Lowest Price Technically Acceptable (LPTA), considering technical and past performance as most advantageous, with price also considered.
  • Period of Performance: Work is to be completed within 60 calendar days of the Notice to Proceed (NTP), with a delivery target by August 15, 2026, and an overall period of performance from May 15, 2026, to August 15, 2026.
  • Set-Aside: Total Small Business.
  • NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors.

Submission & Evaluation

  • Solicitation Questions Due: April 21, 2026, via email to marshall_richard@fws.gov.
  • Quotes Due: April 24, 2026, at 1300 Eastern Time.
  • Submission Method: E-Mail quotes to marshall_richard@fws.gov.
  • Evaluation Factors: Technical and past performance, when combined, are considered most advantageous to the Government, with price also being a factor.

Additional Notes

Offerors must be actively registered in the System for Award Management (SAM). The Government will furnish As-Built Condition Drawings: HVAC FLOOR PLAN. The primary point of contact is Marshall Richard (marshall_richard@fws.gov).

People

Points of Contact

Richard, MarshallPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 15, 2026
OR-TUALATIN RIV NWR-HVAC REPLACEMENT | GovScope