SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
ID: 6973GH-25-Q-00094Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project entails the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety protocols and ensuring minimal disruption to operations. This initiative is crucial for maintaining operational efficiency and safety standards in critical infrastructure, with a firm fixed price contract expected to be awarded to the lowest responsible offeror by May 7, 2025. Interested small businesses must submit their proposals by the deadline and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for HVAC installation and ductwork repair services at the St. Thomas ATCT facility. The RFQ emphasizes a 100% set-aside for small businesses, targeting cost-effective proposals. Interested contractors must submit their quotes by May 7, 2025, with a performance period of 45 days after receiving the Notice to Proceed. Key requirements include providing all necessary labor, materials, and compliance with safety regulations, including proper waste management and the use of non-asbestos materials. The contractor must document and report all construction and debris management efforts monthly. The contract stipulates strict adherence to federal guidelines, including the Buy American Act and conditions related to lobbying disclosures. The FAA will evaluate proposals based on price, with the intention of awarding a contract to the lowest responsible offeror. This RFQ signifies the FAA’s commitment to ensuring efficient and compliant construction practices through small business engagement in federal projects.
    The document is a Contractor's Release form from the Department of Transportation, establishing a formal agreement between the contractor and the U.S. Government in relation to a contract. It specifies that, upon payment of a designated sum, the contractor releases the government from all obligations and claims resulting from the contract, with exceptions for certain specified claims, unknown claims related to third parties, and claims associated with patent-related costs. The form outlines the requirements for notifying the contracting officer regarding these exceptions and the contractor's obligations concerning patent matters. It includes a provision for corporate signatories, affirming that the individual signing on behalf of the contractor holds the appropriate authority as authorized by the corporation's governing body. This document serves a critical function in government contracting by ensuring that all parties are aware of their rights and obligations, streamlining the process of formally recognizing the completion of contractual financial terms. It reflects the contractual relationship's nature in federal, state, and local project solicitations, emphasizing the importance of clarity in the release of claims and financial accountability.
    The KCC K-Series™ Rooftop Units offer standard efficiency cooling solutions with capacities ranging from 15 to 25 tons and net cooling capacities between 172,000 and 270,000 Btuh. These units are designed for commercial use, complying with ASHRAE 90.1 and DOE 2023 energy efficiency standards. The models feature robust technologies such as scroll compressors, eco-friendly R-410A refrigerant, and options for electric heating and dehumidification systems. Specific features include a thermal expansion valve for optimal performance, a high-capacity filter/drier, and an Eco-Last™ Coil System that promotes improved heat transfer and durability. Additional customizable options include various blower types, electrical configurations, and optional economizers for enhanced energy efficiency. The document outlines technical specifications, warranty details, and installation requirements, showcasing its relevance in the context of federal and local RFPs focused on energy-efficient installations in commercial buildings. The K-Series™ units prioritize reliable performance and year-round comfort, making them suitable choices for modern HVAC systems in compliance with governmental regulations.
    The document outlines the maintenance schedule for Direct Expansion (DX) units at FAA facilities, detailing periodic maintenance activities required for HVAC systems, excluding certain air traffic control facilities. Each maintenance task is categorized by frequency: monthly, quarterly, and annually, with specific actions described for visual inspections, checking for leaks, adjusting fan belts, and ensuring the operability of emergency equipment. Key tasks include inspecting all HVAC equipment for unusual conditions, lubricating components, and cleaning air filters. Additionally, preparations for the cooling season are outlined, emphasizing readiness at least 30 days prior to anticipated use. The schedule stipulates that only trained personnel should perform maintenance tasks to ensure safety and efficacy. This document is essential for ensuring the efficient and reliable operation of environmental systems, reflecting compliance with governmental standards in facility upkeep. It's particularly relevant in the context of RFPs and grants related to facility management and maintenance within federal and state contexts.
    This government document outlines the structure for submitting information related to federal solicitations, specifically for Request for Proposals (RFPs), grants, and task orders. It includes sections for offeror details, project specifics, and ownership information. Key elements required from the offeror include company name, contact information, project title and location, as well as a detailed project description that specifies the offeror’s role and responsibilities. Additionally, the document requires information on the project manager from the client side and emphasizes compliance with minimum project value and recency criteria stated in Sections L and M of the SIR Document. This structured information aims to facilitate an organized and systematic approach to project proposals and contracts within federal and local governmental frameworks. Overall, the document ensures clarity in submissions while seeking to streamline the proposal evaluation process.
    The document presents responses to inquiries regarding the HVAC replacement project under Request for Proposal (RFP) 6973GH-25-Q-00094. Key clarifications include the similarity of new units to existing models, contractor responsibilities such as crane hiring and unit placement, and the status of government-furnished equipment (GFE), which will be delivered on-site before the project begins. The scope does not mandate upgrades to existing HVAC controls or service disconnects, which will be reused. Contractors must maintain a temperature of 70°F during the project, ensuring continuous cooling. Compliance with Buy American Act requirements is emphasized, and while submitting bids doesn't require performance bonds, contractors should be prepared for potential changes in security clearance requirements. Contractors are advised to source external materials as needed, including insulation and refrigerant recovery tanks, and are encouraged to present their Virgin Islands general contractor license. Overall, this document serves to clarify project parameters for contractors bidding on the replacement and installation of HVAC units while outlining preferred methods and compliance considerations.
    The FAA NAS Defense Programs intends to contract the installation of two 20 Ton HVAC units at the FAA STT ASR Facility in St. Thomas, USVI. The contractor will provide all necessary labor, materials, and equipment (excluding government-furnished equipment). Key tasks include the removal of existing AC units, power washing, duct repairs, installation of new units, and ensuring system functionality, all completed within 45 days of contract award. Special requirements mandate a pre-construction conference, approval of a detailed work plan, and coordination with FAA personnel to avoid disruptions. Inspections by the Contracting Officer’s Representative (COR) will occur at various stages, requiring access to all work areas. The contractor is responsible for adhering to safety protocols per OSHA regulations, maintaining construction site security, and obtaining necessary permits. All debris must be disposed of properly, and any damage caused during construction must be repaired at the contractor's expense. This project reflects the government's effort to maintain operational efficiency and safety standards in critical infrastructure.
    Similar Opportunities
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.