WWYK210129 Repair Facility HVAC Control System, B2122
ID: FA813725R0049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8137 AFSC PZIOCTINKER AFB, OK, 73145-9125, USA

NAICS

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

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair and upgrade of the HVAC control system in Building B2122 at Tinker Air Force Base, Oklahoma. The project involves replacing existing LonMark controllers with BACnet-compliant direct digital controls, requiring contractors to provide all necessary design, engineering services, materials, labor, and equipment, as outlined in the attached Statement of Work (SOW) and project drawings. This upgrade is critical for maintaining operational efficiency and compliance with government standards, as the facility will remain occupied during construction, necessitating careful coordination and adherence to safety protocols. Interested contractors should contact Eric Owens at eric.owens.8@us.af.mil or Stephen Palmer at stephen.palmer@us.af.mil for further details, as this is a sources sought notice with no set-aside code.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines a design-build contract for repairing and upgrading the HVAC control system in Building B2122 at Tinker Air Force Base, Oklahoma. The project requires the contractor to furnish all design/engineering services, materials, labor, and equipment to replace existing LonMark controllers with BACnet-compliant direct digital controls across various HVAC components. Key personnel requirements, including Project Manager, Design Project Manager, Quality Control Manager, Site Safety and Health Officer, and Project Superintendent, are detailed with specific experience qualifications. The SOW also covers critical aspects like site investigations, adherence to government standards and codes, safety protocols (including FOD awareness and VPP compliance), environmental regulations, and specific documentation and reporting procedures. Design submittals at 35%, 65%, 95%, and 100% stages are mandated, along with a comprehensive commissioning process for the HVAC system. The facility will remain occupied during construction, requiring careful coordination and adherence to strict access and security procedures for personnel and vehicles.
    The document outlines the "REPAIR FACILITY HVAC CONTROL SYSTEM, B2122" project at Tinker Air Force Base, Oklahoma. It details general notes for contractors, emphasizing responsibility for all construction documents, brand name equivalency, site protection (fencing, barricades), and repair of any damage to existing facilities at no additional cost to the government. All work requires new labor and materials unless explicitly noted otherwise. The document includes a project drawing index, signatures for various review and design personnel, and a vicinity map of Tinker AFB, highlighting the project's location. Mechanical HVAC layouts for the overall ground floor, partial ground floor, second floor, and roof level are provided, illustrating the scope of work which involves numerous HVAC units, controls, and associated infrastructure within the facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA) locations, including Lackland, Randolph, Fort Sam Houston, and Camp Bullis in Texas. The procurement will be established as a multiple award Blanket Purchase Agreement (BPA), with the intention to award up to three contracts over a five-year period from February 1, 2026, to January 31, 2031, with a maximum annual limit of $250,000 and a call order limit of $25,000. Interested contractors must submit their quotes by January 22, 2026, and direct any questions to the primary contact, Bismark Badu, at bismark.badu.3@us.af.mil, by January 15, 2026. The selection process will follow a Lowest Priced, Technically Acceptable (LPTA) evaluation method, focusing on technical capability and compliance with licensing and certification requirements.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking proposals for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) for various Air Force and Space Force Bases across the continental United States, Alaska, and Hawaii. The contract, which is a firm-fixed-price, single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicle, aims to enhance HVAC system performance and energy efficiency through expert analysis, minor repairs, and test and balancing procedures, with a maximum value of $9.7 million over a five-year ordering period from March 2026 to March 2031. Interested small businesses must comply with stringent cybersecurity requirements and submit their proposals by February 4, 2026, to be considered for this opportunity. For further inquiries, potential bidders can contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Mr. Tommy Leos at tommy.leos.2@us.af.mil.
    FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B-52 Flow Control Sensor Venturi Valve under contract number FD20302500817. This procurement aims to secure a five-year firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the repair of critical components, which are essential for the operational efficiency of the B-52 aircraft. The solicitation emphasizes the importance of compliance with various technical specifications and quality assurance measures, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 30, 2026, at 1:00 PM CST, and can direct inquiries to Alan Tran or Morgan Mcgarity via their respective email addresses for further clarification.
    40 Ton Packaged HVAC Units
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide 40 Ton Packaged HVAC Units through a Combined Synopsis/Solicitation. This procurement is set aside for small businesses under the SBA guidelines, and the selected contractor will be responsible for delivering HVAC units that meet the specified requirements for air conditioning and heating applications. These units are critical for maintaining climate control in military facilities, ensuring operational efficiency and comfort. Interested parties should contact Sean Connelly at sean.m.connelly16.civ@army.mil or call 870-540-2927 for further details regarding the submission process and any deadlines.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, known as the NASIC District Cooling Plant, aims to enhance the facility's climate control capabilities and is classified under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors. The estimated construction magnitude is between $25 million and $100 million, and the procurement is open to all businesses, with a specific emphasis on HUBZone firms due to a 10% price evaluation preference. Interested contractors should note that the response deadline has been extended to February 6, 2026, and are encouraged to contact Chase Rost or Patrick Duggins for further information.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    Remanufacture of B-52s Primary/Secondary Heat Exchangers
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the remanufacture of B-52 Primary and Secondary Heat Exchangers. This procurement involves a firm-fixed-price requirements contract spanning five years, which includes a three-year basic period and a two-year option, requiring contractors to provide all necessary labor, facilities, equipment, and materials to restore the heat exchangers to a like-new condition. These heat exchangers are critical components for aircraft bleed air systems, ensuring optimal performance and safety for B-52 aircraft operations. Interested parties should contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or M. Ryan Churchwell at matthew.churchwell.2@us.af.mil for further details, as the solicitation includes specific contractor qualifications and compliance requirements outlined in the attached documents.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Multiple Award Construction Basic Ordering Agreement (BOA) program at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on projects valued at less than or equal to $25 million set aside for small businesses. The BOA will be valid for up to five years, and contractors must submit proposals by January 15, 2026, to be eligible for upcoming Order Proposal Requests (OPRs). Interested parties should contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil for further information and to register for the Pre-BOA teleconference scheduled for January 6, 2026.