Z--REPLACE MAINTENANCE HVAC SYSTEMS
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), specifically the John Muir National Historic Site (JOMU), is issuing a Presolicitation for the replacement and upgrade of HVAC systems at two maintenance buildings. This project involves removing existing heating systems, installing new high-efficiency heating units, and adding air conditioning where none currently exists. This is a Total Small Business Set-Aside. The Request for Quote (RFQ) is expected to be available on or about May 12, 2026, with quotes estimated to be due by June 1, 2026.
Scope of Work
The contractor will provide all necessary parts, materials, labor, supervision, management, transportation, and equipment. Key tasks include:
- Demolition & Removal: Dispose of one furnace from the maintenance office, one ceiling-mounted Reznor heater from the woodworking shop, and one furnace from the equipment repair/storage garage.
- Equipment Installation: Furnish and install new high-efficiency furnaces for the office and garage, and a new heating unit for the woodworking shop.
- Air Conditioning Installation: Design, furnish, and install properly sized AC systems for the maintenance office and equipment repair/storage garage.
- Mechanical & Electrical Work: Modify/install ductwork, provide refrigerant lines, condensate drains, ventilation components, and perform all required electrical connections and system integration.
- Controls: Install thermostats and ensure systems are fully operational and programmable.
Contract & Timeline
- Type: Single, Firm-Fixed-Price contract (Presolicitation for upcoming RFQ)
- Set-Aside: Total Small Business Set-Aside (NAICS 238220, $19.0M size standard)
- Magnitude: $25,000 to $100,000
- RFQ Availability: On or about May 12, 2026
- Estimated Quote Due: June 1, 2026
- Site Visit: Tentatively scheduled for May 20, 2026 (details in RFQ)
- Published: April 22, 2026
Evaluation
Award selection will be based on a comparative evaluation of offers, considering price and other non-price factors such as technical capability and past performance, as detailed in the RFQ.
Additional Notes
Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov. This pre-solicitation announcement's information is subject to change.