Opportunity
SAM #140P8526Q0057
HVAC System Replacement and Upgrade at John Muir National Historic Site
Buyer
NPS Power Safety/SEA MABO
Posted
April 22, 2026
Respond By
May 11, 2026
Identifier
140P8526Q0057
NAICS
238220
This opportunity involves the National Park Service (NPS) seeking a contractor for HVAC system upgrades at the John Muir National Historic Site maintenance buildings. - Government Buyer: - Department of the Interior, National Park Service (NPS) - Contracting office: PWR SF/SEA MABO (San Francisco) - Scope of Work: - Remove and dispose of existing furnaces and heaters - Install new high-efficiency furnaces and heating units - Add air conditioning systems where none currently exist - Perform all required mechanical and electrical modifications - Install thermostats, controls, and ensure full system integration - Provide all parts, materials, labor, supervision, management, transportation, and equipment - Procurement Details: - Set aside for Small Business concerns (NAICS 238220) - Firm-fixed-price contract; single award - No specific OEMs or part numbers identified - Unique Requirements: - Work must be performed at two maintenance buildings within a National Historic Site - Contractor responsible for complete system operation and integration - Locations: - Place of performance: John Muir National Historic Site, California - Contracting office: 333 Bush Street Suite 500, San Francisco, CA 94104
Description
PRE-SOLICITATION ANNOUNCEMENTJOHN MUIR NATIONAL HISTORIC SITEJOMU HVAC ReplacementRFP No. 140P8526Q0057The National Park Service (NPS), John Muir National Historic Site (JOMU) has a need to remove, replace, and upgrade existing heating and ventilation systems at two maintenance buildings. The project includes installation of new heating systems and the addition of air conditioning where none currently exists.Work to be PerformedThe contractor shall provide all parts, materials, labor, supervision, management, transportation, and equipment necessary to perform the work.The contractor shall maintain an adequate workforce to complete the work associated with the contract in a timely manner, within the period of performance. Scope of Services Demolition and Removal• Remove and properly dispose of: o One (1) existing furnace serving the maintenance office areao One (1) ceiling-mounted Reznor heater in the woodworking shop o One (1) existing furnace serving the maintenance equipment repair and storage garage • Dispose of all materials in accordance with local, state, and federal regulations Equipment Installation• Furnish and install: o One (1) new high-efficiency furnace for the maintenance office area o One (1) new heating unit to replace the existing woodworking shop heater o One (1) new high-efficiency furnace for maintenance equipment repair and storage garage Air Conditioning Installation• Design, furnish, and install air conditioning systems for: o Maintenance office area o Maintenance equipment repair and storage garage • Ensure systems are properly sized for building load and usage conditions Mechanical and Electrical Work• Modify or install ductwork as required for proper airflow and system performance • Provide and install all necessary refrigerant lines, condensate drains, and ventilation components • Perform all required electrical connections, including disconnects, controls, and integration with existing systems Controls and System Integration• Install thermostats and controls for each system • Ensure systems are fully operational and programmableThis procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 238220; the small business size standard is $19.0 million. The construction magnitude for this solicitation is $25,000 to $100,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a comparative evaluation of offers considering price and other non-price factors (technical capability and past performance) as listed in the RFQ. The RFQ will be available via electronic commerce only and may be accessed on or about 12 MAY 2026, at SAM.gov: https://sam.gov/. The due date for quotes is estimated to be 1 JUNE 2026. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFQ.An organized site visit has been tentatively scheduled for 20 May 2026. Additional information on the site visit will be included in the solicitation.SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website.A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor’s own expense.NOTE: Information contained in this pre-solicitation announcement is subject to change.