FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
ID: FA448425R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 a FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. The contract, which is set aside for small businesses, encompasses a range of mechanical services including the inspection, maintenance, and repair of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total project value estimated between $100,000 and $250,000. This procurement is crucial for maintaining operational efficiency and compliance with safety standards at the base, ensuring that HVAC systems function effectively in support of military operations. Interested contractors must submit their proposals electronically by June 6, 2025, and are encouraged to contact Nicole Levesque or Dana Wright for further information regarding the solicitation and site visit requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the ordering procedures for Task Order Requests for Proposal (TORFP) under a federal contract. It describes the process by which a Contracting Officer (CO) or authorized representative issues TORFPs as needs arise, mandating a pre-proposal site visit. Contractors must submit Task Order Proposals that include price proposals and a Schedule of Values, detailing cost allocation among various project segments, with total project costs estimated between $2,000.00 and $4,000,000.00. It differentiates between normal response requirements, which demand submissions within 21 days, and quick response requirements, requiring submissions within 7 days. A site visit is conducted to clarify project scope and verify existing conditions, with contractors expected to submit detailed questions post-visit. This document serves as a guideline for contractors engaged in federal work, establishing clear expectations for proposal submissions while emphasizing the importance of compliance and thorough project understanding.
    The document outlines the requirements for the inspection, testing, construction, maintenance, and repairs of mechanical systems at Joint Base McGuire-Dix-Lakehurst, New Jersey. It specifies that contractors must provide all necessary labor, materials, and tools to manage HVACR systems, including boilers, pumps, electrical circuits, and plumbing fixtures. Key responsibilities include regular inspections, compliance with safety standards, and adhering to environmental regulations. Contractors are required to execute tasks accordingly, including hazardous materials management and structural integrity checks. Key sections include a detailed Statement of Work, environmental compliance requirements, safety and health regulations, utility mark-out processes, and quality assurance protocols. The document emphasizes the need for site visits prior to providing quotes, traffic control plans when affecting roadways, and temporary sanitation facilities during construction activities. Clear communication with the Contracting Officer is mandated for utility interruptions and required coordination before any excavation or significant operations begin. This comprehensive framework aims to ensure safe, efficient, and compliant operation within a military context while maintaining readiness and adaptability to unforeseen conditions or emergencies.
    This government solicitation outlines an opportunity for contractors to provide mechanical services under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Joint Base McGuire-Dix-Lakehurst (JB MDL) for FY25. The contract spans one base year and five optional 12-month extensions, with a potential additional six-month extension. The government aims to award contracts to three vendors, beginning on August 26, 2025. Proposals must be submitted electronically, and a pre-proposal conference will clarify project details. Offerors must meet all requirements, including strict submission deadlines, and may need to provide past performance references to demonstrate relevant experience. The evaluation process prioritizes past performance over price, with a strong expectation of successful contract execution based on history. Proposals should include detailed contract documents, previous performance metrics, and a comprehensive price breakdown. Additionally, joint ventures or teaming arrangements require disclosures and bonds for contracts exceeding certain values. The government maintains the discretion to award different numbers of contracts based on the quality of offers received, emphasizing a commitment to fair competition and value for taxpayers.
    The document outlines the required submittals for the "Repair HVAC at NCC" project, identified by project number PTFL 22-1012. It specifies deadlines for various materials and reports to ensure project compliance and safety. Key submissions include Material Safety Data Sheets (MSDS), Health and Safety Plans, Coordination of Trades, and Construction Signs, with strict timelines ranging from 30 days prior to the start of work to 30 days after the Notice to Proceed (NTP). Additionally, items such as equipment specifications, installation plans, and quality assurance documentation are listed, each with distinct submission timelines to facilitate project execution. The comprehensive schedule ensures that all work adheres to safety regulations and project specifications, emphasizing the importance of timely communication and coordination among contractors. This document serves as a vital reference for contractors to maintain compliance throughout the project's lifecycle, reflecting the formal structure and procedures typical in government contracts and RFPs. Overall, the intent is to promote a systematic approach to project management, ensuring efficiency and safety through detailed submissions and adherence to schedules.
    This document serves as a request for Short Term Entry Authority List (EAL) to grant access to Joint Base McGuire-Dix-Lakehurst (JB MDL) for specific individuals for official purposes. It outlines the necessary information required to process the request, including the visitor's name, organization, Social Security number, date of birth, and access details such as dates and hours. It also emphasizes the voluntary nature of the information disclosure, although failure to provide it may result in denied access. The data collected is stored in a central Security Forces database and is not deemed public information, necessitating confidentiality. For further inquiries, the contact person associated with the request is identified. This document is essential in maintaining security protocols while facilitating necessary access to federal facilities for authorized individuals.
    The government document outlines the requirements for the repair and upgrade of the HVAC system at Building 1907A on Joint Base McGuire/Dix/Lakehurst. The project will involve the removal of outdated mini-split air conditioning units and the installation of advanced cooling units, including a new 35-ton Trane chiller and associated systems like a glycol feeder and proper insulation. The contractor is responsible for all labor, materials, and compliance with established standards, including fire safety and electricity regulations. The work must focus on maintaining operational efficiency during construction, especially for sensitive areas like the server room, and providing adequate temporary cooling as necessary. Furthermore, the contractor must deliver comprehensive project documentation, including a preliminary schedule and as-built drawings post-completion. The procurement process emphasizes a best-value approach, prioritizing past performance over price and necessitating a thorough understanding of specifications and site conditions. The document serves as a comprehensive guide for contractors looking to bid, ensuring they understand their responsibilities and the importance of technical compliance and site safety.
    This document outlines the specifics of a project concerning HVAC upgrades at Building 1907A, including the installation of a new Trane chiller and Liebert cooling unit. Key details include specifications for electrical feeds, circuit breakers, and necessary cooling features. All old equipment must be removed, and new installations require a concrete pad, bollards, and compliance with cybersecurity protocols. The project specifies a glycol feeder with a 35% glycol mix, as well as the need for sensors and backups within the system. Costs should be calculated for the base project only, without accounting for potential future increases. The contractor is responsible for verifying panel locations and ensuring all new components fit established guidelines. This comprehensive scope aims to enhance energy efficiency and operational reliability while adhering to relevant codes and regulations.
    The document outlines specifications for a concrete-filled steel bollard installation, indicating technical requirements for construction. It mentions the use of a 6-inch diameter schedule 40 steel pipe as the primary material for the bollards. A base plate measuring 1'6" x 1'6," with a thickness of 3/4 inches, is specified, along with four adhesive anchors with a diameter of 7/8 inches for securing the installation. Additionally, the bollards will be set into a concrete floor, and non-shrink grout will be used for stability. This specification aligns with government RFP processes, indicating adherence to structural integrity and safety standards necessary for public infrastructure projects. The document serves as a technical guide for bidders on the appropriate materials and installation methods required to meet government standards efficiently.
    The document presents details regarding the Liebert In-Row Units, which are designed for versatile placement at either end of server racks. This feature suggests flexibility in the arrangement of data center cooling systems, potentially enhancing efficiency in managing heat generated by electronic equipment. The context of the document implies that this information may pertain to a federal or state/local Request for Proposal (RFP) related to technology or infrastructure improvements, particularly aimed at optimizing cooling solutions in data centers. The mention of in-row units highlights their relevance in ensuring operational effectiveness in environments requiring precise temperature control. This summary underscores the adaptability and importance of the Liebert In-Row Units in achieving optimal cooling solutions in technical settings.
    The document outlines the wage determination for building construction projects in Ocean County, New Jersey, as per the Davis-Bacon Act. It details minimum wage requirements set forth in Executive Orders 14026 and 13658, affecting contracts executed after specified dates. For contracts effective in 2025, the minimum wage is established at $17.75 per hour or the applicable higher rate. The document lists various job classifications and corresponding wage rates, including specialties like asbestos workers, carpenters, electricians, and plumbers, along with their respective fringe benefits. Additionally, it stipulates provisions for paid sick leave under Executive Order 13706 and outlines the appeals process for wage determination disputes. The information serves as a critical guideline for contractors and stakeholders in navigating wage compliance for federally funded construction projects, ensuring adherence to labor standards in New Jersey.
    The document outlines wage determinations for construction projects in Burlington County, New Jersey, as part of the federal Davis-Bacon Act. It specifies applicable minimum wage rates under Executive Orders 14026 and 13658 for contracts initiated or renewed after set dates. For contracts awarded after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts from January 1, 2015, to January 29, 2022, require a minimum of $13.30. The file details various construction classifications, corresponding wage rates, and benefits including paid vacations and holidays for laborers in multiple trades, such as electricians, carpenters, and plumbers. Additionally, the document notes provisions related to hazardous waste removal work and outlines appeals processes for wage determination disputes. This comprehensive overview serves contractors and laborers by ensuring clarity on wage standards and worker protections within federal and state construction contracts, thereby facilitating compliance with legal and regulatory obligations.
    The 87th Contracting Squadron is initiating a competitive source selection process for a Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract to support operations at Joint Base McGuire-Dix-Lakehurst (JBMDL). The contract entails comprehensive tasks related to Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, including inspection, troubleshooting, installation, and repair of various equipment and systems. Evaluations of proposals will heavily depend on past performance assessments—companies interested in bidding must provide feedback on offerors' prior contract performances using a supplied questionnaire. Responses are required within 30 days to adhere to acquisition timelines. This document aims to ensure that selected contractors meet required standards and provide high-quality service. Successful proposals will reflect an ability to perform and adhere to industry best practices while ensuring reliability and effective communication throughout contract execution. The questionnaire assesses multiple performance criteria, including quality of service, management capabilities, and timeliness across past contracts. The feedback collected will contribute to the government’s source selection process, emphasizing the critical nature of contractor reliability in government procurements.
    The contractor security appendix for Joint Base McGuire-Dix-Lakehurst (JB MDL) outlines requirements for contractor access, delineating entry control procedures to enhance security. It mandates a criminal history background check and a Wants/Warrants check for all contractors, completed at no expense before issuing Installation Access Passes. Depending on the length of access—less than or more than 60 days—additional checks are required. The appendix emphasizes the necessity of accurate Entry Authority Lists (EALs) for contractors, detailing the required documentation and procedures for submitting these lists. All contractor personnel accessing JB MDL must adhere to strict identification and access protocols, and mismanagement can lead to debarment. Specific guidelines are given for non-U.S. citizens, unique vehicle access, and restricted area entries, with an emphasis on ensuring safety and compliance through surveillance and proper documentation. This system is critical to maintain security standards at JB MDL while allowing essential contractor operations.
    The medical statement outlines procedures for urgent health care provided to contract employees at a medical treatment facility. While these employees are not government personnel, they may receive emergency medical care for on-duty injuries aimed at preserving life and preventing pain. Treatment costs must be borne by the contract employee and will not be funded by the medical facility, the U.S. Air Force, or the government. An AF Form 1127 will be used to document billing, and if the employee cannot pay upon discharge, a statement of charges will be issued. Follow-up on accounts receivable will adhere to AFI 41-120 regulations. Additionally, employees are responsible for notifying their insurance providers about their treatment. Contract employees impacted by a natural disaster are exempt from outpatient care charges. This document serves to clarify responsibilities and financial procedures regarding medical care for contract employees in the context of government contracts and operational standards.
    The Antiterrorism Guide for Contractors issued by the Department of the Air Force outlines critical measures and responsibilities for contractors engaged at Joint Base McGuire-Dix-Lakehurst. The guide emphasizes the necessity of compliance with Department of Defense antiterrorism standards to safeguard personnel and resources against potential terrorist threats. Contractors are urged to participate in DoD-approved Antiterrorism Level I training and report any suspicious activities to designated security contacts. Key elements of the guide include a definition of terrorism, a description of suspicious activities, and an emphasis on proactive reporting. Contractors are identified as important contributors to base security, tasked with recognizing suspicious behaviors such as surveillance, unauthorized acquisitions, and unusual activity patterns. In addition, emergency reporting procedures are highlighted, providing contact information for various security offices and hotlines. The document stresses vigilance and awareness, stating that contractors are integral to enhancing the overall force protection posture at the installation. The guide reinforces that while contractors support military operations, their participation in security vigilance is essential for community safety and operational integrity.
    The document outlines a Request for Proposal (RFP) for HVAC repairs at Building 1907A on Joint Base McGuire/Dix/Lakehurst. The project will span 240 days and involves comprehensive tasks such as removing outdated mini-split air conditioning units and their associated components, then installing new chilled water Liebert units, a Trane chiller for redundancy, and related infrastructure including pumps and piping. Electrical updates and safety measures are discussed, ensuring compliance with relevant codes and regulations. The contractor is responsible for site cleanliness, supervision, and replacing or repairing any deficiencies without additional cost to the government. The bid selection process emphasizes past performance over price, with required submissions including a preliminary project schedule and detailed price breakdown. The contractor must also provide As-Built/Record drawings after project completion. This RFP reflects the government's intent to ensure efficient HVAC operations while minimizing disruption during upgrades to essential facility systems.
    The document outlines a Request for Proposal (RFP) for the installation of a new HVAC system at B1907A, including the addition of a Liebert unit and a backup chiller. The project involves installing necessary infrastructure such as a heat exchanger, piping for a closed water loop, and electrical work linked to a backup generator. The total base bid specifies one unit of service. Additionally, the document lists allowances for pipe insulation, electrical services, and pipe relocation, with a cumulative allowance amount of $13,000. Notably, it emphasizes the necessity for bidders to submit responses for all items listed; otherwise, their bids could be declared non-responsive. The government retains the right to verify bid calculations, and any modifications to bids based on unit pricing must be clearly outlined by the bidders. This RFP serves essential government requirements for HVAC updates, ensuring compliance with regulatory standards and operational efficiency.
    The solicitation FA448425R0010 pertains to a federal Request for Proposal for a FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst, New Jersey. Aimed exclusively at small businesses, the contract encompasses various mechanical services, including installation, inspection, and maintenance of HVACR systems. The contract will have a base period of one year with five 12-month options and a potential six-month extension, totaling a maximum expenditure of $71.5 million. Contractors must adhere to specific requirements, including performance bonds, proposal pricing in specified formats, and timely communication of inquiries. A site visit is scheduled for April 23, 2025, for prospective bidders. Each contractor's past performance will be evaluated as part of the selection criteria, alongside adherence to federal regulations governing construction contracts. The project emphasizes safety, regulatory compliance, and quality control, ensuring work meets or exceeds technical specifications. This solicitation reflects the government's commitment to enhancing facility infrastructure through sustainable practices while fostering small business participation.
    This document is an amendment to a solicitation for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract, primarily focused on mechanical work including HVAC repairs at JB MDL, NJ. The main purpose of the amendment is to extend the response due date and adjust the project magnitude. Specifically, the bid submission deadline has been moved from June 2, 2025, to June 6, 2025, and the project's financial threshold has been revised from between $250,000 and $500,000 to a range of $100,000 to $250,000. The solicitation is intended for 100% small business participation, with a target of three awardees. The contract will include one base year plus five option years and may extend for an additional six months. A detailed scope of work, required documents, and materials for proposal submission are outlined, and all bidders must submit past performance questionnaires by the closing date. The amendment also includes attachments for site visit details, wage determinations, and instructions for offerors, indicating a comprehensive framework for contractors to follow in submitting their bids. Overall, this amendment clarifies and formalizes changes needed to enhance the solicitation process for interested contractors.
    Similar Opportunities
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    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.
    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.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new HVAC chiller units, including associated electrical components and chilled water piping, with a focus on compliance with the Buy American Act and specific construction standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, and a site visit scheduled for December 30, 2025. Interested contractors should contact Tony Benson at tony.d.benson1.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    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.