RFO HVAC UPGRADE, WY

SOL #: 140L0626R0001Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
NATIONAL OPERATIONS CENTER
DENVER, CO, 80225, United States

Place of Performance

Rawlins, WY

NAICS

Plumbing (238220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

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

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Apr 10, 2026
3
Submission Deadline
May 11, 2026, 8:00 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 Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for Design/Build HVAC Upgrades at the Rawlins Field Office in Rawlins, WY. This is a Total Small Business Set-Aside opportunity for a Firm Fixed Priced (FFP), Single Award contract. Phase One proposals are due May 11, 2026.

Purpose & Scope

The objective is to replace and upgrade the existing HVAC system components, controls, and associated infrastructure at the Rawlins Field Office (1300 North 3rd Street, Rawlins, WY) to enhance energy performance and address end-of-life equipment. The comprehensive design-build services include:

  • Demolition: Removal of existing rooftop air handler units, VFDs, VAV boxes, boilers, pumps, and split HVAC units.
  • Construction/Installation: Installation of new packaged DX cooling rooftop HVAC units with hot water heating coils, custom roof curb adapters, new VFDs, reconfigured HVAC control systems, new VAV boxes, thermostats, gas-fired boilers and pumps, and split HVAC units for telecom/computer rooms. This also includes associated electrical upgrades, Testing, Adjusting, and Balancing (TAB), and commissioning.
  • Design & Controls: Performing Architect-Engineer (A/E) services, developing construction documents, creating as-built drawings, and updating the Johnson Controls "Metasys" Direct Digital Control (DDC) system.

Contract Details

  • Contract Type: Firm Fixed Priced (FFP), Single Award.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors).
  • Small Business Size Standard: $19.0 million.
  • Product Service Code: Z2AA (Repair Or Alteration Of Office Buildings).
  • Place of Performance: Rawlins Field Office, Rawlins, WY.
  • Period of Performance: 365 calendar days after notice to proceed.
  • Bonding: Performance and Payment Bonds are required within 10 days of award.

Submission & Evaluation

  • Proposal Due (Phase One): May 11, 2026, 2 PM Mountain Time.
  • Questions Due (Phase One): April 28, 2026, 2 PM Mountain Time.
  • Site Visit: April 21, 2026, 10:00 AM local time.
  • Submission Process: This is a two-phase competition. Phase One requires offerors to submit documentation on their design-build team, key personnel, and past performance, without pricing. Up to five most qualified offerors from Phase One will be invited to Phase Two to submit proposals including project approach, schedule, licensure, and price.
  • Evaluation: Award will be based on a best value determination considering a combination of technical factors and price. Past performance will be assessed based on criteria such as Quality, Schedule, Pricing, Management, and Regulatory Compliance.
  • Eligibility: Offerors must be registered in SAM.gov and qualify as a small business under NAICS code 238220.

Special Requirements

The facility will remain occupied during construction, necessitating phasing and potentially temporary HVAC solutions. Compliance with ASHRAE Standard 90.1, ASHRAE Guideline 36, ASHRAE Guideline 0, and ASHRAE Guideline 1.1 for commissioning is mandatory. A Security Plan, hazardous spill plan, detailed Quality Control Plan (QCP), and Safety Plan are required. All A/E services must be performed by Wyoming-licensed professionals and adhere to 2021 IBC, IPC, IMC, ASHRAE, NEC, and ABA Accessibility Guidelines. Electronic submittals in various formats (Revit, AutoCAD, Word, Excel, PDF) are required. An option for installing JCI VMA1832s and JCI TEC thermostats is included, subject to funding availability.

People

Points of Contact

Hicks, KassandraPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 10, 2026
Version 2
Pre-Solicitation
Posted: Mar 25, 2026
View
Version 1
Sources Sought
Posted: Feb 6, 2026
View