HVAC Chillers
ID: FA4626-25-Q-0019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide four HVAC chillers for Malmstrom Air Force Base in Montana. The procurement includes one 70-ton chiller with a cold start and dry cooler, one 90-ton chiller, one 40-ton chiller, and one 50-ton chiller, all of which must be delivered without installation required. These HVAC units are essential for maintaining operational efficiency and comfort at the military facility, with a total small business set-aside under NAICS code 333415. Interested parties must submit their quotes by 2:00 PM MT on April 15, 2025, and are encouraged to contact Elizabeth Basu or Erik Hallberg for further information.

Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The document outlines a Request for Proposal (RFP) for HVAC chiller units under solicitation FA4626-25-Q-0019. It consists of a series of questions and answers regarding the specifications and requirements for these outdoor, air-cooled chillers. Key specifications include a cooling capacity of 67 tons, an operational voltage of 460V 3-phase at 60Hz, and fluid conditions with entering temperatures of 55°F and leaving temperatures of 45°F. The proposal indicates that no pumping or tanking equipment is necessary and confirms that factory startups will be required upon delivery to the Malmstrom Air Force Base in Montana. Several inquiries regarding specific technical requirements, including power supply details, offloading responsibilities upon delivery, and design expectations, highlight the need for clarification of specifications from vendors. Importantly, the proposal emphasizes the chillers' role in providing comfort cooling, and additional questions are posed to ensure bidders can meet all technical and logistical expectations. Overall, the document serves to guide contractors in preparing accurate bids while ensuring compliance with specified requirements.
Apr 8, 2025, 9:06 PM UTC
The document outlines the specifications and inquiries related to the acquisition of outdoor air-cooled chillers designated under solicitation FA4626-25-Q-0019. It provides essential details regarding the chillers, specifying a 40-ton, 208V three-phase system designed for a maximum flow rate of 93 gallons per minute, with entering and leaving temperatures of 54°F and 44°F, respectively, and is intended for comfort cooling applications at Malmstrom AFB in Montana. Various questions address aspects such as voltage requirements, installation details, power connections, and operational specifications, highlighting the need for clarity on equipment requirements and site conditions. A key aspect includes confirmation of the "Buy American" compliance, factory startup requirements, and existing unit information. The document serves as a response compilation to queries raised by prospective bidders, emphasizing the importance of precise specifications for ensuring compatibility and operational efficiency in the bidding process for federal contracts. The solicitations illustrate the government's commitment to maintaining high standards in HVAC equipment procurement, ensuring that potential suppliers are adequately informed to submit competitive bids.
Apr 8, 2025, 9:06 PM UTC
The document is a question and answer format related to a government request for proposal (RFP) for HVAC chillers (Solicitation ID FA4626-25-Q-0019) intended for installation at Malmstrom AFB, Montana. Key specifications include the requirement for air-cooled chillers with a capacity of approximately 51.66 tons, operating at 208V 3-phase 60 Hz, using propylene glycol and water as the process fluid. The document addresses various technical specifications, such as entering and leaving temperatures (54F and 44F respectively), fluid flow rates, and design parameters. It clarifies that no installation is required, but offloading responsibilities and site conditions need to be addressed. Several clarifications on power supply, voltage, and other specific unit configurations were sought by potential bidders, underlining a need for detailed specifications. The document indicates the emphasis on compliance with the Buy American provision, factory startups, and precise conditions of operation, providing a comprehensive outline for vendors interested in submitting bids.
Apr 8, 2025, 9:06 PM UTC
The document pertains to the procurement of HVAC units, specifically air-cooled chillers, as stated in solicitation FA4626-25-Q-0019. Key specifications outlined include 90 tons capacity with a design flow rate of 210 GPM and temperature parameters of 54°F entering and 44°F leaving. The units are required to be outdoor, self-contained accessories are unnecessary, and they will be delivered to Malmstrom AFB in Montana. Power specifications confirm a need for 208V three-phase electrical systems and factory startups upon delivery. The document addresses various inquiries related to chiller specifications, installation conditions, and operational requirements. The need for clarification on existing equipment, electrical details, and site logistics is emphasized, with a deadline for submission queries set for April 27th. This procurement effort reflects the government's ongoing commitment to maintaining operational efficiency through updated HVAC systems, as indicated in the detailed responses to potential vendor questions.
Apr 8, 2025, 9:06 PM UTC
The document is an amendment to the Request for Quote (RFQ) ID: FA4626-25-Q-0019 issued by the Department of the Air Force, specifically under the Headquarters 341st Missile Wing. The amendment outlines two main changes: the deadline for submission of contractor responses has been extended to 2:00 PM MT on April 11, 2025, and the instructions for offerors and evaluation criteria have been revised. It is essential for all contractors to acknowledge this amendment for their quotes to be considered valid, with acknowledgment options provided either within the quote or through a signature. This document emphasizes procedural updates critical for maintaining compliance with the solicitation requirements, reflecting the structured process of federal solicitations aimed at acquiring HVAC chillers.
Apr 8, 2025, 9:06 PM UTC
The document is a request for quotes (RFQ) for procuring four HVAC units at Malmstrom Air Force Base, Montana, under the federal government procurement process. It specifies that the solicitation is a combined synopsis/solicitation for commercial products and does not require a separate written solicitation. Quotes must be submitted in writing, following the provided reference number, by April 11, 2025, with a delivery deadline of 90 days post-contract. This procurement is designated as a total small business set-aside, with the NAICS code of 333415, which covers HVAC manufacturing. Key elements include structured contract line item numbers (CLINs) for specific HVAC units, the need for offerors to be actively registered in the System for Award Management (SAM), and compliance with various federal acquisition regulations. The evaluation of bids will primarily focus on pricing, with a ranking from the lowest to highest quotation, ensuring that the lowest priced bid meeting specifications is awarded the contract. Additional contract terms and conditions are detailed, ensuring adherence to regulatory compliance and environmental considerations. The document emphasizes the importance of timely communication and submission of quotes to the designated contract administrators.
Apr 8, 2025, 9:06 PM UTC
The document outlines a request for quotes (RFQ) to procure four HVAC units at Malmstrom Air Force Base, Montana. The solicitation seeks written quotes under reference number FA4626-25-Q-0019, emphasizing a total small business set-aside under NAICS code 333415, with specifications detailing the required HVAC units’ types and capacities. The expected delivery is within 90 days of contract award. Offerors are instructed to submit their quotations by April 15, 2025, and must comply with several federal acquisition regulations. Evaluation criteria include ascendant pricing of quotations and conformity to required specifications, with contract terms reflecting established commercial practices. Contractors must be registered in the System for Award Management (SAM) to qualify. The document details additional conditions, including clauses relevant to project execution and environmental protections. The RFQ reinforces the government’s discretion to cancel the solicitation and clarifies that it bears no obligation for reimbursement of costs upon cancellation.
Apr 8, 2025, 9:06 PM UTC
The Department of the Air Force, Headquarters 341st Missile Wing, has issued Amendment 0002 to solicit responses for HVAC chillers under RFQ ID: FA4626-25-Q-0019. The amendment serves to extend the deadline for submissions to 2:00 PM MT on April 15, 2025. It's crucial for all contractors to acknowledge this amendment for their quotes to be considered valid; acknowledgment can be indicated within their submission or by signing the provided acknowledgment section. The amendment documentation includes an attachment labeled "Amendment2 HVAC Chillers_Combo." This memorandum outlines the procedural adjustments necessary for compliance with the updated solicitation guidelines, underscoring the formal and regulated nature of government contracting processes.
Apr 8, 2025, 9:06 PM UTC
The document outlines a Request for Proposal (RFP) for the procurement of four HVAC chillers to be delivered to Malmstrom Air Force Base in Montana. The supplier is required to provide a total of four HVAC units, which include a 70-ton chiller with a cold start and dry cooler, a 90-ton chiller, a 40-ton chiller, and a 50-ton chiller. Each unit must come with essential components for installation on a concrete pad, utilizing a 4-inch structural steel mounting rail with vibration isolation pads. Importantly, the proposal specifies that no on-site installation is required, and each unit must include a standard warranty. This RFP is a part of government efforts to maintain operational efficiencies and compliance with standards at military installations.
Apr 8, 2025, 9:06 PM UTC
This document outlines federal acquisition clauses incorporated by reference for contractual agreements, particularly relevant to Requests for Proposals (RFPs) and federal grants. Key clauses include requirements related to whistleblower rights, compensation of former Department of Defense (DoD) officials, and safeguarding covered defense information. It details procedures for item unique identification, which mandates that items delivered under a contract be marked with unique identifiers, along with specifications for electronic invoicing through the Wide Area WorkFlow (WAWF) system. The document emphasizes compliance with various regulations, including those protecting against the acquisition of telecommunications services from untrustworthy sources and prohibitions against procuring from certain geopolitical areas, such as the Xinjiang Uyghur Autonomous Region. Offeror representations and certifications are also significant, reflecting the need for thorough documentation of small business status and compliance with socio-economic regulations. The overall structure divides into sections detailing specific clauses, compliance instructions, and representation requirements, essential for government contractors to understand and adhere to federal procurement standards. The document underscores the government's commitment to regulatory compliance and societal responsibilities in the procurement process, ensuring ethical and lawful procurement practices across multiple domains.
Apr 8, 2025, 9:06 PM UTC
The document is a request for quote (RFQ) for the procurement of four HVAC units at Malmstrom Air Force Base (AFB), MT, under the reference number FA4626-25-Q-0019. The solicitation, which is set aside for small businesses, seeks written quotations for various chiller units, including a 70-ton, 90-ton, 40-ton, and 50-ton model. The deadline for submissions is 2:00 PM MST on April 9, 2025, and interested parties must email their quotes to designated government contacts. The evaluation will rank offers based on price, focusing on compliance with specifications outlined in an attached document. Specific provisions and clauses from federal regulations will govern this procurement, with key stipulations regarding the cancellation of offers and submission processes. Additionally, contractors must be registered in the System for Award Management (SAM). The procurement emphasizes adherence to environmental and safety standards, including restrictions on hazardous materials and ozone-depleting substances. Overall, the document encapsulates essential procedures and requirements associated with the acquisition of HVAC units for the military facility.
Lifecycle
Title
Type
HVAC Chillers
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
BRAND NAME TRANE CHILLER
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure two BRAND NAME TRANE CHILLERS as outlined in their Combined Synopsis/Solicitation. The procurement requires vendors to provide the chillers along with warranty options and pricing, adhering to the specifications detailed in the Statement of Work and associated attachments. These chillers are critical for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational efficiency and comfort. Interested small businesses are encouraged to reach out to Francisco Arredondo at francisco.Arredondo.4@us.af.mil or call 850-714-4480 for further details and to submit their quotes.
Youth Center Chiller B3722
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as part of a combined synopsis/solicitation process. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to fulfill the cooling requirements at Fort Johnson, Louisiana, ensuring compliance with operational efficiency standards. Interested vendors must submit their quotes by May 2, 2025, at 3:00 PM CDT, and should be aware that funding is not currently available, with the government reserving the right to cancel the solicitation if necessary. For further inquiries, potential bidders can contact SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Repair B2180 Chiller
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to repair the chiller system at Building 2180, Beale Air Force Base, California. The project involves removing an existing 20-ton water-cooled chiller and installing a new 20-ton air-cooled chiller, including the disposal of outdated equipment and integration with the existing Siemens Building Management System. This opportunity is crucial for maintaining operational efficiency at the base, with an estimated contract value between $100,000 and $250,000. Interested firms must submit a written notice of intent to respond, along with relevant project experience and company details, to the provided email address by the specified deadline.
ICBM CHILLER,WATER,REFRI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of six units of the ICBM Chiller, specifically the water refrigeration system identified by NSN 4130-01-547-5215. This procurement aims to secure air-conditioning and heating equipment essential for the operational readiness of military facilities, particularly in support of the Minuteman III ICBM Environmental Control System. Interested suppliers must adhere to stringent quality assurance standards, including the submission of a Counterfeit Prevention Plan and compliance with military packaging and marking requirements. Proposals are due by April 28, 2025, and interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further information.
Fire Station 1 Chiller B6426
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Brand Name Trane 52-ton 200 volt air conditioning chilled water unit for Fire Station 1 located in Fort Johnson, Louisiana. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and requires compliance with the specifications outlined in the attached technical documents, including a one-year warranty for the unit. The procurement is critical for maintaining operational efficiency in air conditioning systems, which are essential for climate control in military facilities. Interested vendors must submit their quotes by May 2, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Building 4231, Keesler Air Force Base in Biloxi, Mississippi. This project, designated as a Historically Underutilized Business (HUBZone) Small Business set-aside, has an estimated construction cost between $250,000 and $500,000, and requires contractors to provide all necessary equipment, labor, and materials to ensure operational integrity of the cooling systems. Interested bidders must attend a mandatory site visit on April 10, 2025, and submit their proposals by May 5, 2025, while noting that funding for the project is not currently available, and no awards will be made until funds are secured. For further inquiries, potential bidders can contact David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
41--NWHC CHILLER PURCHASE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the procurement and installation of two 170-ton chillers at its National Wildlife Health Center in Madison, WI. This project aims to enhance the cooling capabilities of the Tight Isolation Building (TIB) by providing redundant cooling systems, which are crucial for maintaining optimal environmental conditions for wildlife health research. Contractors will be responsible for all aspects of the project, including manufacturing, installation, site inspections, and thorough commissioning and testing of the chilled water system, ensuring compliance with project specifications and site conditions. The solicitation (140G0225R0012) is expected to be available around April 30, 2025, and interested parties can contact Philip Robinson at probinson@usgs.gov for further information.
Emergency - Service Replacement Chiller (York Chiller 120 Ton Chiller (or equal)
Buyer not available
The Department of Veterans Affairs is seeking quotes for the replacement of an air-cooled chiller at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas. The project involves the removal of an existing McQuay chiller and the installation of a York 120 Ton chiller or an equivalent, requiring comprehensive management, labor, and adherence to safety and environmental protocols. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of minimizing disruption to facility operations during the installation process. Quotes are due by April 29, 2025, at 2:00 PM CST, and interested contractors should direct inquiries to Caleb Parker at caleb.parker@va.gov, with a site visit scheduled for April 25, 2025, from 11:00 AM to 2:30 PM CST.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.