B1411 HAVAC Equipment
ID: FA480324Q0029Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and provision of HVAC equipment tailored for the renovation of the air conditioning system at Building 1411, Shaw Air Force Base, South Carolina. The project aims to acquire a suitable HVAC unit and related equipment that can be installed by a third-party contractor, addressing specific needs identified by users of the facility. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors should contact Aury Rodriguez-Vazquez at aury.rodriguez-vazquez@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.mil for further details, with quotes due by September 18, 2024, at 2 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of governmental efforts related to Requests for Proposals (RFPs) and grants. It highlights various funding opportunities aimed at enhancing community infrastructure, supporting local initiatives, and fostering economic development. The RFPs encourage applicants from diverse sectors to submit proposals that effectively address pressing community needs. Key funding areas include public safety, environmental sustainability, and educational programs, reflecting a commitment to improving quality of life. The structure of the document includes an introduction to the purpose of the grants, a detailed explanation of eligibility criteria, and instructions for application submission. It also emphasizes the importance of collaboration between local governments and community organizations, aiming to leverage resources for maximum impact. Supporting details reiterate the necessity for comprehensive project plans, measurable outcomes, and alignment with government priorities. This effort underscores a strategic push towards community development through targeted financial support, ensuring projects contribute positively to local wellbeing and resilience. By laying a strong foundation for applications, the document facilitates informed participation in the funding process, ultimately aiming to enhance government-community partnerships in addressing key social and economic challenges.
    The document serves as a compilation of federal and state/local RFPs and grant opportunities, emphasizing various funding areas for applicants. It outlines essential procedures, requirements, and deadlines for different proposals, assisting organizations in navigating the application process effectively. Key sections include detailed descriptions of funding priorities, eligibility criteria, and grant application guidelines, catering to diverse sectors including education, public health, and environmental initiatives. Moreover, it emphasizes transparency and fiscal responsibility, urging applicants to adhere to stipulated financial guidelines. The document also highlights collaboration opportunities among agencies and stakeholders to enhance project implementations. Overall, it reflects the government's commitment to fostering community development through accessible funding avenues while encouraging compliance with regulations.
    The provided government file consists of specialized data potentially related to federal and state Requests for Proposals (RFPs) or grants. However, it is largely encoded or encrypted, making the specific topics, key ideas, and supporting details indecipherable at first glance. The document suggests an emphasis on compliance and regulation, typical of federal funding projects, which require careful planning and structured responses. Despite the challenges in extracting clear information due to the obfuscation of the content, it appears that the document aligns with standard practices surrounding federal initiatives. Such documents typically involve detailed requirements, eligibility criteria, proposal formats, and evaluation metrics aimed at ensuring transparency and accountability in public funding and project implementation. Consequently, the primary focus likely revolves around facilitating effective partnerships between government entities and potential service providers or contractors, with an underlying goal of meeting administrative or community-specific needs set forth in the grant or RFP. Ultimately, while specific details remain unclear, the overarching theme pertains to governance through structured applications and compliance measures in federal and state budgeting frameworks.
    The document outlines various federal and state grant opportunities and Requests for Proposals (RFPs) aimed at enhancing public projects and services. It emphasizes the importance of these funds in fostering community development and supporting local organizations in addressing pressing societal needs through innovative solutions. Specific topics covered include eligibility requirements, funding amounts, application deadlines, and evaluation criteria. The RFPs encourage collaboration among public and private entities with a focus on sustainability techniques and efficient resource management. The document stresses the necessity for applicants to demonstrate technical expertise and experience in project execution, while also adhering to regulatory standards and timelines. Furthermore, it highlights assessment frameworks for proposals, ensuring a competitive selection process that prioritizes impactful projects aligned with governmental priorities. This summary underscores the government's commitment to improving public welfare through strategic investments and partnerships, navigating the complexities of funding conveyance and project oversight in community sectors.
    The document outlines a solicitation for commercial products and services related to the renovation of the air conditioning system at Shaw Air Force Base, specifically for procurement categorized under Women-Owned Small Business (WOSB). It details the requirements for various HVAC equipment, including specifications for a Trane chiller, Riello boiler, electric unit heaters, and split units, with a total award amount capped at $19 million. Submission guidelines emphasize the need for compliant product specifications, pricing, and representations by potential contractors. Quotes are due by September 17, 2024, at 2 PM EST, with earlier inquiries accepted until September 11, 2024. The document also highlights contractual terms, including compliance with Federal Acquisition Regulation (FAR) clauses, payment procedures through Wide Area Workflow, and safety requirements during operations. Overall, this solicitation aims to ensure contract fulfillment through established guidelines while promoting opportunities for women-owned businesses, adhering to government standards for procurement and performance monitoring.
    This document serves as an amendment to a federal solicitation (FA480324Q0029) issued by the United States government, specifically the 20th Contracting Squadron at Shaw AFB. The main purpose of the amendment is to update critical details regarding the solicitation process. Notable changes include modifications to the site visit schedule and deadline for quote submissions. The site visit is confirmed for September 16, 2024, at 10:00 A.M., while the quote submission deadline has been extended from September 17 to September 18, 2024, at 2:00 P.M. Additionally, this amendment integrates questions and answers that arose during the solicitation process and provides instructions for base access during the site visit. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The document emphasizes the importance of timely communication regarding any changes to previously submitted offers, highlighting the necessity for adherence to submission protocols.
    The government document outlines a Request for Quote (RFQ) FA480324Q0029, focusing on the procurement of HVAC equipment for facility B1411. This notice is intended for planning purposes only and is not a formal solicitation; no bids or questions should be submitted at this stage. The RFQ highlights the need for specific equipment including a new Trane 55-ton air-cooled chiller, a Riello boiler, electric cabinet unit heaters, and a cooling-only split unit from Trane. The original set-aside indicates a preference for total small business participation. Interested vendors are encouraged to confirm their ability to provide the specified equipment by sending capability statements to designated government contacts. Notably, all contractors must be registered in the System for Award Management (SAM) to conduct business with the federal government. Future updates regarding this announcement will be available on SAM.gov. The document is structured to clearly specify the equipment requirements, details for submission, and compliance instructions for potential vendors.
    The document outlines a request for information (RFQ Number: FA480324Q0029) regarding the procurement of specific HVAC equipment for B1411, with a response deadline set for 30 August 2024. The project is designated for small businesses, utilizing the Product Service Code J041 and North American Industry Classification System (NAICS) Code 238220. The government clarifies that this is an initial inquiry aimed at gathering capabilities, not a formal request for quotations. Key items sought include a Trane 55-ton chiller and a Riello boiler, both featuring precise operational specifications. Additionally, the government requires two electric cabinet unit heaters and a Trane split unit for cooling. Interested companies must confirm their ability to supply these items by submitting capability statements to specified email addresses. Furthermore, all contractors must be registered in the System for Award Management (SAM). This notice highlights the government's intention to gather pertinent supplier information while emphasizing that no proposals or questions should be submitted at this stage. The document underlines the procedural framework typical of government procurement solicitations, reflecting its planning and regulatory dimensions.
    The document outlines various federal and state funding opportunities, including Requests for Proposals (RFPs) and grants, targeting local government agencies and organizations. It emphasizes the need for applicants to align proposals with outlined objectives and requirements in order to secure funding. Key details include eligibility criteria, submission guidelines, and evaluation metrics, which are essential for assessing potential projects. The funding opportunities span multiple sectors, focusing on infrastructure improvements, community development, and environmental sustainability. It also indicates that prospective applicants must demonstrate expertise, experience, and effective collaboration with community stakeholders. The guidelines emphasize the importance of clear project objectives, measurable outcomes, and adherence to regulatory standards. Overall, this document serves as a vital resource for entities seeking federal or state support for projects that enhance local community services and infrastructure, thereby contributing to broader government initiatives aimed at fostering economic growth and sustainability.
    The Statement of Work outlines the requirements for a construction project aimed at renovating the air conditioning system in building B1411. It specifies that the project will involve purchasing new HVAC equipment as per government guidelines. Key components include a new Trane 55-ton air-cooled chiller, a Riello natural gas boiler, two INDEECO electric cabinet unit heaters, and a Trane split unit for cooling, all with defined specifications for performance and compatibility. Contractors are responsible for submitting their equipment choices to the government for approval before acquisition and must ensure that the electrical characteristics match existing systems. Additionally, a minimum one-year warranty against defects in material and workmanship is required, commencing on the start date of the units. This document serves to facilitate compliance with government standards for HVAC equipment procurement in renovation projects.
    Lifecycle
    Title
    Type
    B1411 HAVAC Equipment
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump in accordance with the provided Statement of Work and specifications. This project is crucial for maintaining efficient climate control in training environments, ensuring operational readiness and comfort. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and are encouraged to attend a site visit on September 18, 2024, at 10:00 AM CDT. For further inquiries, contact A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.
    JBAB - HVAC Repair Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide HVAC repair equipment for Joint Base Anacostia-Bolling (JBAB) in Washington D.C. The procurement aims to fulfill specific requirements outlined in two attachments, which detail the specifications for various HVAC components, including condensate drain pans and a Magic Aire DU series heating and cooling unit. This equipment is crucial for maintaining operational efficiency and compliance with government standards in HVAC systems. Interested parties are encouraged to submit their capabilities via email to the designated contacts, Alexandra Alberti and Christian Barnett, by September 23, 2024, as this notice serves as a preliminary market research tool and does not constitute a formal Request for Quote (RFQ).
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, ensuring compliance with all federal, state, and local regulations, and completing the work within 45 days of material arrival. This project is crucial for maintaining operational efficiency and safety at the military installation, reflecting the government's commitment to facility upgrades. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit on September 16, 2024, with prior RSVP to the designated contacts, Owen Sinning and Dimas Bernacchia, via email.
    DRAFT: REPLACE CHILLERS AND PUMPS, B2326 (DB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of chillers and pumps at facility B2326. This procurement aims to enhance the efficiency and reliability of the HVAC systems, which are critical for maintaining operational environments. The project falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested parties should log in to https://piee.eb.mil and search for 'FA302024RM006' for further details, and can reach out to primary contact Lindsay Brown at lindsay.brown.10@us.af.mil or 940-676-4423 for inquiries.
    APC Schneider InRow Chillers and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three APC by Schneider InRow Chillers, along with installation, assembly, and startup services at Patrick Space Force Base in Florida. The contract involves the complete removal and replacement of the existing Local Area Network (LAN) Cooling System in a data center, ensuring a functional cooling system critical for data operations. Interested small businesses must submit their quotes by September 25, 2024, following a mandatory site visit on September 19, 2024, and are encouraged to contact Charles Cowart or Keona Franklin for further inquiries. The procurement is set aside for small businesses under NAICS code 238220, with a performance period of 10 working days post-equipment receipt.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    HVAC Unit at Lake Eufaula Project Office
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is preparing to issue a solicitation for HVAC installation services at the Eufaula Lake Project Office in Oklahoma. This project is designated as a 100% Small Business set-aside under NAICS Code 238220, with a small business size standard of $19 million, and aims to provide essential air conditioning installation and discard services. The contract will be awarded on a Firm-Fixed Price basis, with evaluations based on price, past performance, and compliance with subcontracting regulations. Interested contractors should monitor the PIEE website for updates, as the solicitation is expected to be published around September 4, 2024, with quotes due by September 17, 2024, and the anticipated award date set for September 23, 2024. For further inquiries, contractors can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Rudolfo J. Morales, Jr. at rudolfo.j.morales@usace.army.mil.