Z--JEFF REPLACE COOLING TOWER AND BOILERS
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 National Park Service (NPS), Department of the Interior, is conducting a Sources Sought (Market Survey) to identify qualified contractors for a potential project to replace cooling towers and boilers at Gateway Arch National Park in St. Louis, MO. This is market research to gauge interest and capability, not a solicitation. Responses are due by April 21, 2026, at 1200 CT.
Scope of Work
The project involves significant HVAC system upgrades:
- Grounds Building: Installation of one new boiler to provide heat for both reheat and radiant floor systems, including a heat exchanger to lower water temperature for the radiant floor system.
- Arch Complex: Replacement of the existing cooling tower with a new 800 T counterflow cooling tower, and installation of new condenser water pumps.
Work is anticipated to begin in Fall 2026.
Contract Details
- Opportunity Type: Sources Sought (Market Survey)
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors)
- Small Business Size Standard: $19M
- Magnitude of Construction: Between $1M and $5M
- Eligibility: Contractors must be registered as a small business in SAM.gov under NAICS code 238220 and meet listed socio-economic categories.
Submission Requirements
Interested firms must submit the attached Market Research Sources Sought Survey via email by 1200 CT on April 21, 2026. The email should be sent to bridget_parizek@ios.doi.gov with the reference number 140P6026B0003 in the subject line. Submissions must include:
- Firm Name, Address, Phone Number, Email Address, UEI Number
- Size status/SBA certifications (e.g., Small Business, WOSB, HUBZone, SDVOSB)
- A Capability Statement detailing bonding limits, a brief explanation of capabilities for the outlined work, and confirmation of all requested company and size status information.
Important Notes
This is for market research purposes only and does not constitute an invitation for bids or a commitment by the Government to issue a solicitation. All costs associated with responding are the firm's responsibility. Any future solicitation will be posted separately on SAM.gov.