Z--WAPA REPLACE PCU AT VC
Sources Sought from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 31, 2026. Industry: NAICS 238220 • PSC Z2AA.
Market snapshot
Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 238220
Description
This is a Sources Sought announcement to be used for preliminary market research purposes only. No bids are being requested or accepted from this announcement.
THIS IS NOT A SOLICICTATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.
The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made by the Government for any costs associated with providing information in response to this synopsis of a follow up information.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of 8(a), HUBZone, Service-Disabled Veteran-Owned Small business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small business (EDWOSB), and Indian Small Business Economic Enterprises (ISBEE) to compete and perform a Firm Fixed Price contract.
The National Park Service, ConOps West, has a requirement to Replace 17.5 Ton Packaging Unit (PCU) and Appurtenances at the Visitor Center at War in the Pacific National historic Park (WAPA) Guam.
Work will consist of the following:
• Replace the existing PCU #3 and appurtenances on the roof of the T. Stell Newman Visitor Center at War in the Pacific National Historical Park
• Remove and properly dispose of the existing PCU #3 and appurtenances
• Power wash the existing concrete pad (8’ wide x 11’-4” long x 5.5” high) in preparation for the new PCU. Properly contain and dispose of debris and water from power washing
• Install a new 17.5-Ton Carrier Model PCU meant for rooftop applications in inclement weather on the existing 8’ x 11’-4” concrete pad on the roof. The new PCU shall be 208V, 3-Phase, 60 HZ. The PCU must fit on the existing concrete pad, and the return / supply ducts must be positioned in the rear of the unit facing the wall.
• The new PCU shall be placed with a crane with adequate load capacity and operating permits, careful not to damage the existing building, grounds, grass, or surrounding area. Protect ground surfaces with plywood or other surface protections.
• The new PCU shall be anchored to the existing concrete pad per manufacturer’s
published installation instructions.
• The Contractor shall replace all PCU appurtenances to include the exterior supply and return air ducts, condensate drains, outdoor air hood with manual damper package, and electrical power cable, panel, and controls
• The Contractor shall also replace the thermostat controller to work with the new PCU.
• The new PCU and appurtenances shall be installed, connected, calibrated, and operable per the manufacturer’s published recommendations. Complete troubleshooting and commissioning as needed.
Project Location: WAR IN THE PACIFIC NATIONAL HISTORICAL PARK (WAPA) GUAM
The acquisition is subject to the North American industry Classification System (NAICS) code of 238220, Plumbing, Heating, and Air Conditioning Contractors. The Small Business Size Standard for this NAICS code is $19M.
Vendors responding to this sources sought notice should include the following information:
1. Company name, address, UEI number, point of contact, telephone number and email address.
2. Examples of relevant experience performing similar projects to demonstrate capability (at a minimum, include a brief description of project, project dates, and customer name/agency)
3. Provide the company’s business size (small or other than small) and all applicable socio-economic category information (Small, 8(a), HubZone, SDVOSB, WOSB, EDWOSB, ISBEE).
Vendors should provide information regarding this announcement by emailing Michael_davidson@ios.doi.gov no later than the due date posted on SAM. Email subject line must include “Sources Sought Notice 140P8226B0005
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.