Point Iroquois Lighthouse Boiler Replacement
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, Hiawatha National Forest is seeking proposals for the Point Iroquois Lighthouse Boiler Replacement project in Brimley, Michigan. This is a Total Small Business Set-Aside to replace an outdated fuel oil boiler with a new, energy-efficient gas-fired system. Offers are due by March 17, 2026.
Scope of Work
The contractor will be responsible for furnishing all labor, materials, equipment, and supervision to replace the existing fuel oil boiler heating system at the Point Iroquois Lighthouse Building. This includes installing a new high-efficiency gas-fired boiler, exhaust, gas piping, condensate system, heat exchange components, and related controls. The new system must heat the existing building (excluding the Lighthouse Tower and entry areas) utilizing existing radiators and piping. The Forest Service will cover the cost of LP Propane service or natural gas line connection. All work must comply with the latest International Mechanical and Plumbing Codes. The project also requires the removal and legal disposal of the old boiler, equipment, fuel oil, and tanks.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1JZ (Maintenance Of Miscellaneous Buildings)
- Period of Performance: 120 calendar days (approximately 4 months), including material delivery.
- Place of Performance: Point Iroquois Lighthouse, Brimley, MI 49715.
Submission & Evaluation
- Mandatory Site Visit: Bidders must inspect the existing equipment and site before submitting a bid. Contact Kevin Porrett at 906-298-8132 or kevin.porrett@usda.gov to schedule.
- Offer Submission: Offers must be submitted via email to bradley.higley@usda.gov.
- Required Documents: A complete quote package requires a filled-out and signed Attachment 2 - Schedule of Items (B_ScheduleOfItems_QuoteForm.docx).
- Evaluation Criteria: Award will be made to the responsible and acceptable contractor whose quote provides the lowest price. Acceptability is based on compliance with the solicitation, and responsibility is determined by the Contracting Officer.
- Bonding: Quotes over $35,000.00 will require payment protections or bonding.
- Wage Rates: The Davis-Bacon Act prevailing wage rates for Chippewa County, Michigan, apply (E_WDOL_DBA_CHIP_MI.pdf).
Key Dates & Contacts
- Questions Due: March 9, 2026, by 12:00 PM Eastern Time. Email questions to Bradley.higley@usda.gov.
- Offers Due: March 17, 2026, by 5:00 PM Eastern Time.
- Primary Contact: Brad Higley (bradley.higley@usda.gov).
Additional Notes
Work must be performed during normal working hours (8 AM - 4:30 PM, Monday-Friday) unless otherwise agreed. The contractor must start work or order equipment within 10 days of the Notice to Proceed and provide 72 hours' notice before beginning work.