REPLACE HEATING BOILER - JBSA Randolph, TX
ID: F2M3CB5152A001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Heating Equipment (except Warm Air Furnaces) Manufacturing (333414)

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)

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 seeking qualified contractors to replace the existing gas-fired boiler system in Building 575 at Joint Base San Antonio – Randolph, Texas. The objective of this procurement is to install a new, energy-efficient, and code-compliant heating system to meet the long-term heating requirements of the facility, which spans 22,594 square feet and was originally built in 1974. This project is critical for ensuring reliable heating and compliance with current standards, and it involves the removal and disposal of the old boiler, installation of a new system, and necessary upgrades to piping and electrical systems. Interested contractors are encouraged to respond to the Request for Information (RFI) by submitting their capability statements and relevant details to the primary contact, SrA Jamie Cutright, at jamie.cutright@us.af.mil or by phone at 210-671-4476. The procurement is set aside for small businesses, and responses are due as part of the market research process, which will not result in a contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document specifies the minimum salient characteristics for a replacement gas-fired, non-condensing boiler system, likely for a government Request for Proposal (RFP) or grant. Key requirements include a BTU input of 300,000 BTU/hour (300 MBH) and an output of 270,000 BTU/hour (270 MBH), with a preferred brand of Fulton or equivalent. Additional specifications cover design pressure (100 PSI), relief valve capacity (minimum 270,000 BTU/hour), manifold gas pressure (2.8 inches Water Column), and electrical requirements (120 Volts, 60 Hz). These details are crucial for vendors to propose compliant boiler systems for government facilities.
    The Statement of Work (SOW) outlines the requirements for replacing the existing gas-fired boiler system in Building 575 at Joint Base San Antonio – Randolph, Texas. The project's purpose is to install a new, energy-efficient, and code-compliant heating system in the 22,594-square-foot administrative facility, originally built in 1974. The scope of work includes the removal and disposal of the old 300 MBH boiler and associated components, pre-installation assessments, and the furnishing and installation of a new boiler system, hot water pump, auxiliary components, and all necessary piping and electrical upgrades. The contractor must ensure compliance with all applicable codes and standards, coordinate with the 502d Civil Engineering Squadron, and perform work during specified hours. The project also covers warranty for materials and workmanship, environmental compliance, and site cleanup.
    The government document specifies the minimum requirements for a replacement boiler system intended primarily for RFP (Request for Proposal) submissions. Key characteristics include a gas-fired, non-condensing boiler, preferably of the Fulton brand or an equivalent option. The system must have an input capacity of 300,000 BTU/hour and an output of 270,000 BTU/hour, with a design pressure of 100 PSI. Additionally, it requires a relief valve capacity of at least 270,000 BTU/hour and a manifold gas pressure setting of 2.8 inches Water Column. The electrical specifications necessitate a 120 Volts, 60 Hz setup. This document serves as a guideline for contractors and suppliers, ensuring adherence to specific performance and safety standards when submitting relevant bids or proposals for installation and replacement projects within federal, state, and local frameworks. The outlined requirements are integral for maintaining operational efficiency and safety in government facilities.
    The Statement of Work (SOW) outlines the project to replace the gas-fired boiler system in Building 575 at Joint Base San Antonio—Randolph, Texas, with an energy-efficient and code-compliant system. The contractor is responsible for the removal and disposal of the existing boiler and associated equipment, followed by the installation of a new system, including necessary modifications to piping and electrical systems. Key activities include pre-installation assessments, installation of the new equipment, integration into existing systems, and compliance with relevant codes. The contractor must maintain clear communication with the 502d Civil Engineering Squadron throughout the project, schedule work during specified hours, and adhere to environmental regulations. A warranty for materials and workmanship for one year is required, with documentation for extended manufacturer warranties. The contractor must ensure a clean worksite and protect government property, addressing any incurred damage at no extra cost. The document serves as an official RFP, emphasizing project coordination, compliance, and quality assurance, reflecting standard practices in federal contracting.
    The Statement of Work (SOW) outlines the project to replace the gas-fired boiler system in Building 575 at Joint Base San Antonio—Randolph, Texas, with an energy-efficient and code-compliant system. The contractor is responsible for the removal and disposal of the existing boiler and associated equipment, followed by the installation of a new system, including necessary modifications to piping and electrical systems. Key activities include pre-installation assessments, installation of the new equipment, integration into existing systems, and compliance with relevant codes. The contractor must maintain clear communication with the 502d Civil Engineering Squadron throughout the project, schedule work during specified hours, and adhere to environmental regulations. A warranty for materials and workmanship for one year is required, with documentation for extended manufacturer warranties. The contractor must ensure a clean worksite and protect government property, addressing any incurred damage at no extra cost. The document serves as an official RFP, emphasizing project coordination, compliance, and quality assurance, reflecting standard practices in federal contracting.
    The Department of the Air Force, 502d Air Base Wing, Joint Base San Antonio, is conducting market research to identify potential contractors for replacing a heating boiler at Joint Base San Antonio – Randolph, Texas. This Request for Information (RFI) aims to gather data to develop a solicitation. Companies are asked to provide information on their small business status and socioeconomic designations, a capability statement (not exceeding 5 pages), and any questions regarding the draft Statement of Work. The RFI also seeks the standard NAICS code claimed for boilers (with the government intending to use 333414), cost input for brand-name products including installation and removal, and standard delivery/installation times. Respondents must indicate if they are registered and active in SAM.gov and WAWF, and if they manufacture the brand-name items. This voluntary RFI is for planning purposes only and will not result in a contract award or notification of results.
    The Department of the Air Force, through the 502d Contracting Squadron, is conducting market research to identify potential contractors for replacing a heating boiler at Joint Base San Antonio, Randolph, Texas. Interested companies are requested to submit information regarding their status as a small business and any socioeconomic designations. They must also provide a capability statement detailing their qualifications and relevant experience, along with any questions pertaining to the draft Statement of Work (SOW). Additionally, respondents should indicate the relevant NAICS code for heating equipment, typical delivery and installation times, and confirm their registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF). The inquiry aims to compile data that will inform technical and acquisition strategies for future solicitations, emphasizing that this request for information is voluntary and will not influence contract awards. All proprietary information should be marked to protect confidentiality during the planning process.
    The document outlines the specifications for a heating boiler required by the government, detailing essential characteristics necessary for compliance. It specifies a BTU input of 300,000 and an output of 270,000 per hour, with a design pressure set at 100 PSI. Additionally, the minimum relief valve capacity must also align with the output specification, set at 270,000 BTU/HR. The manifold gas pressure is required to be 2.8 inches W.C., and the electrical specifications state a requirement of 120 volts at 60Hz. These specifications are crucial for prospective vendors submitting proposals in response to a government Request for Proposals (RFP), ensuring that products meet national standards for safety and efficiency. The document emphasizes the need for precision in compliance with these specifications, reflecting the government's commitment to maintaining high-quality standards in infrastructure projects.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Heat Plant Boiler Tube Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.