Repair HVAC in PAX Terminal B3409
ID: FA527025R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF AIRPORT TERMINALS (Z2BE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Design-Build contract to repair the HVAC system at the Passenger Terminal B3409 located at Kadena Air Base in Okinawa, Japan. The project entails comprehensive work, including the replacement of air handling units, ductwork, piping, and digital controls, while ensuring compliance with federal, Department of Defense, and local Japanese regulations, particularly concerning hazardous materials such as asbestos and lead-based paint. This initiative is crucial for maintaining operational efficiency and safety standards at military facilities, reflecting the government's commitment to infrastructure integrity. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with a performance period of 692 calendar days, and must submit proposals by the specified deadlines, including participation in a mandatory site visit scheduled for March 13, 2025. For further inquiries, contact Gary Wynder at gary.wynder@us.af.mil or call 6345818.

    Point(s) of Contact
    Files
    Title
    Posted
    The project outlined in this Statement of Work (SOW) involves repairing the HVAC system at the Passenger Terminal (B3409) at Kadena Air Base, Okinawa, Japan. It encompasses design and construction of the system, requiring field investigations, material procurement, and integration of sustainable practices. The work involves replacing air-handling units and ductwork, ensuring compliance with federal, Department of Defense, and local regulations, especially relating to hazardous materials like asbestos and lead-based paint. The project includes a phased schedule: a 141-day design phase followed by a 551-day construction phase, totaling a 692-calendar day performance period. Key requirements highlight environmental compliance, the necessity for detailed submittals and inspections, and adherence to safety protocols during construction. The contractor is obligated to manage utility outages and coordinate with personnel on-site to minimize disruption. This repair initiative aligns with government standards ensuring the terminal facilities are fully functional and compliant upon completion.
    The project aims to repair the HVAC system at the Passenger Terminal (B3409) at Kadena Air Base, Japan. It involves comprehensive work, including the replacement of air handling units, ductwork, piping, and digital controls, alongside addressing hazardous materials like asbestos and lead-based paint. The contractor is responsible for all necessary design and construction, ensuring compliance with applicable U.S. federal, Department of Defense, and local Japanese regulations. The construction includes the installation of new HVAC units, ducting, and various mechanical components to guarantee operational efficiency. The project timeline totals 692 calendar days, encompassing both design and construction phases. Strict environmental compliance protocols are emphasized, particularly regarding the handling and abatement of hazardous materials. Contractors must submit extensive documentation including design plans, environmental protection plans, and compliance reports, alongside performing a series of inspections before final project acceptance. This initiative reflects the government's commitment to safety, environmental integrity, and quality in military facility operations.
    The 18th Contracting Squadron is soliciting proposals for a Design-Build project aimed at repairing the HVAC system in the PAX Terminal Building 3409 at Kadena Air Force Base in Okinawa, Japan. The goal is to award a Firm-Fixed Price contract through a competitive selection process. Key to evaluating proposals is the assessment of offerors' past performance, as detailed in the attached Past Performance Questionnaire (PPQ). Responses from organizations with prior experience working with the offerors are essential for assessing their project execution capabilities. The completed PPQ must be submitted electronically by March 31, 2025, to be part of the Source Selection records. The document outlines requirements for respondents, including contact information and performance ratings, covering technical performance, adherence to schedules, and overall management effectiveness. The performance rating system ranges from "Exceptional" to "Unsatisfactory," helping gauge the contractor's ability to meet contractual obligations. The overall process ensures that contractors selected for the project possess a proven track record and can successfully fulfill the government's needs.
    This Request for Information (RFI) document pertains to the solicitation for the HVAC repair project at the PAX Terminal B-3409, Kadena Air Base, Okinawa, Japan. The primary focus is on clarifying various project requirements and technical specifications for potential contractors. Key inquiries include the necessity for financial statements from new international branches, the acceptability of alternative materials (including those from Japan), and compliance with relevant standards. Contractors can utilize specific forms for bid guarantees, while there are no limits on proposal length. Key responses affirm that project operations will continue during construction, and certain mechanical works like demolition are permissible as needed. The document emphasizes adherence to quality standards for materials and outlines expectations regarding HVAC commissioning protocols and cybersecurity measures for the building automation system. Additionally, the RFI addresses practical considerations about embarking on the project, such as utility access during construction and impacts on existing facilities like lighting and ductwork. The guidance provided throughout outlines essential compliance requirements and procedural steps for contractors, ensuring clarity in scope and expectations necessary for advancing this public work project effectively and safely.
    The government document pertains to Solicitation FA527025R0006 for the repair of the HVAC system at the PAX Terminal, B-3409, located at Kadena Air Base, Okinawa, Japan. It addresses a previous concern regarding conflicting requirements for Past Performance information between the Past Performance Fact Sheet (PPFS) and the solicitation's Section L. The response clarifies that offerors should follow the instructions in Section L, specifically completing the PPFS as outlined in Attachment 9 and submitting Attachment 10 to the assigned government points of contact for further processing. This communication emphasizes the importance of adherence to specified guidelines in the solicitation and aims to streamline the proposal process for contractors participating in the project. The overall purpose of the document is to ensure clarity and compliance among contractors concerning past performance documentation required for this federal repair project.
    The document pertains to a government Request for Proposals (RFP) and grants focused on addressing various local needs. It includes detailed addresses and projects within the community, potentially targeting urban development or public service enhancements. Each listed street and location likely corresponds to infrastructure improvement plans, community service provisions, or other municipal initiatives aimed at improving the welfare of residents. The plethora of locations signifies a centralized effort to gather bids from various contractors or service providers capable of fulfilling these community needs. The complexity of the document suggests a comprehensive approach to engaging civic resources and facilitating community growth. Overall, it emphasizes a systematic and collaborative effort to foster enhancements across specified regions and engage stakeholders in local governance.
    The document serves as a design guide for contractors working on construction projects at Kadena Air Base within the jurisdiction of the 18th Wing. It outlines mandatory administrative and policy requirements that must be adhered to during the execution of contracts, covering various topics including access requirements, environmental regulations, safety protocols, and material storage. Key areas addressed are the issuance of base passes, safety measures for construction activities, protocols for hazardous material handling, and requirements for traffic control and reporting emergencies. The document emphasizes the importance of compliance with Air Force Instructions and local regulations, mandating that contractors prepare necessary plans and documentation before commencing work. Overall, this guide is instrumental in ensuring that contractors understand their responsibilities and the standards required for safe and efficient project execution on military installations.
    The 718CES General Specifications document outlines the requirements and procedures for construction projects, emphasizing government compliance and operational efficiency. It includes sections on general requirements, work restrictions, pricing, administrative guidelines, and safety protocols. Key elements include the necessity for submitting various plans and obtaining necessary approvals before commencing work. Contractors must adhere to strict scheduling guidelines and ensure minimal disruption to ongoing operations within occupied buildings. Safety is paramount, necessitating the establishment of comprehensive safety protocols, including confined space entry plans and fire prevention measures. The document also specifies requirements for communication, including bilingual support, emergency procedures, and the use of specific forms for various approvals. It reinforces the importance of proper documentation, project management, and adherence to environmental and safety regulations throughout the project lifecycle. Understanding these detailed guidelines is crucial for contractors to ensure compliance with government standards and effective collaboration with the contracting officer, thereby facilitating successful project execution and completion.
    The document outlines the design criteria and guidelines for construction projects on 18 Wing properties, specifically for the Air Force facilities on Kadena Air Base and related installations in Okinawa. It mandates that architecture and engineering (A&E) firms integrate specific design standards, compliance with federal, DOD, and environmental regulations, and performance goals that encompass energy efficiency and sustainability. The requirements emphasize a collaborative design process, the necessity of skilled licensed engineers or architects for contract values above specified thresholds, and the use of unique design guidelines tailored for the 18 Wing. Additionally, it incorporates criteria related to safety, accessibility, and environmental management, as well as procedures for handling hazardous materials like asbestos and lead paint. The document also highlights the importance of utilizing U.S. standard materials and adherence to the Unified Facilities Criteria (UFC) as well as compliance with specific Japanese standards when necessary. Deviations from established criteria are restricted unless explicitly authorized. Overall, these guidelines illustrate the government's commitment to creating safe, sustainable, and functional facilities in a military context while maintaining stringent regulatory compliance.
    The Kadena Air Base Design Guide (KABDG), finalized on February 07, 2020, serves as a comprehensive framework for design and construction projects at Kadena Air Base (KAB) in Okinawa, Japan. It aims to enhance mission effectiveness by addressing specific environmental challenges such as corrosion, humidity, and seismic impacts, ensuring that structures are durable and sustainable over at least a century. The guide outlines general instructions covering mission objectives, site analysis, planning districts, design policies, submittal requirements, and specialized guidelines across multiple disciplines, including civil, mechanical, electrical, and architectural design. Key objectives include the creation of adaptable facilities, efficient use of resources, community integration, and compliance with applicable codes. The KABDG advocates for a unified architectural character while establishing clear processes for maintenance and future designs. Emphasis is placed on local climatic conditions and historical features, necessitating designs that respect both the landscape and cultural assets. The guide serves as a living document, meant to evolve through continual updates and inputs from the KAB community, facilitating effective project execution from planning through maintenance, and reflecting the Air Force’s commitment to operational excellence in a unique geographical context.
    This document outlines the submittal requirements for architectural, design-build, and MACC contracts associated with the 18 Wing properties, including military installations in Okinawa. It establishes procedures for submitting design documents to ensure compliance with contract specifications. The contractor is responsible for preparing detailed submittals at various design stages (schematic, preliminary, pre-final, and final) that include items such as drawings, product data, test reports, and operation manuals. All submittals must be in English, with translations provided for Japanese product information. Key roles include the Contractor's Quality Control System Manager and Designer of Record, tasked with ensuring design integrate effectively with construction requirements. The document emphasizes the importance of coordinating submissions with specific project managers and adhering to various regulatory and quality standards. Lastly, it prescribes technical formats, documentation schedules, and requirements for as-built drawings and closeout submittals, aiming to facilitate a structured design and construction process that meets government and military standards. Overall, it serves as a clear guide for contractors on the necessary steps and requirements to successfully navigate the design submission process within the government contracting framework.
    The government document outlines the environmental protection requirements for construction projects managed by the 18 Wing in Okinawa, Japan. It specifies mandatory compliance with environmental standards, including the Japan Environmental Governing Standards (JEGS) and various U.S. regulations. Key topics include definitions of hazardous materials, waste management practices, and specific prohibitions against certain contaminants like asbestos, lead, mercury, and polychlorinated biphenyls (PCBs). The document emphasizes the importance of the Environmental Protection Plan (EPP), which contractors must submit before project initiation. This plan must detail environmental risks and mitigation strategies related to solid and hazardous waste, stormwater management, and air pollutants. The contractor is also responsible for employee training on environmental compliance and for appointing an Environmental Manager to oversee adherence to these requirements. Furthermore, the document mandates environmental protection measures during construction to prevent pollution, requiring submission of various documentation and certifications. Non-compliance can result in work stoppage and required corrective actions. Overall, the purpose is to ensure the protection of human health and the environment, adhering strictly to jurisdictional laws while executing construction projects within military installations.
    The document addresses the need for decorative wall cladding in Mechanical Room No. 3, although specific details about the existing conditions are not provided. It is part of a broader context likely tied to government RFPs (Requests for Proposals) or grants, focusing on facility upgrades and maintenance, particularly within federal or state infrastructure projects. The emphasis on decorative wall cladding suggests an interest in not only functionality but also aesthetics in mechanical spaces. This could be relevant for improving the overall environment of public facilities, aligning with goals for modernization and compliance with regulatory standards. Further clarity on existing conditions and specific project requirements would be necessary for prospective contractors to prepare responsive proposals. The document hints at the intersection of practical improvements and design elements in government-funded construction and renovation projects.
    The document outlines the mechanical plans for air distribution systems at Kadena Air Base in Okinawa, Japan. It details the specifications and airflow capacity (in CFM) for various supply air ducts (SADs) and exhaust air ducts (EADs) across different floors, emphasizing the necessary dimensions and configurations for effective ventilation. Each duct's designation (e.g., SAD-1, SAD-2) corresponds to its location and function within the facility’s overall HVAC system. The comprehensive airflow requirements reflect the technical demands for climate control in this military installation, ensuring compliance with health standards and operational efficiency. The document serves as a technical blueprint for contractors responding to relevant federal requests for proposals (RFPs) or grants, indicating the importance of adhering to stringent engineering and safety regulations while upgrading mechanical systems at government facilities. Overall, it emphasizes a methodical approach to enhancing air quality and energy efficiency through precise planning and installation of heating, ventilation, and air conditioning infrastructure.
    The document is a Past Performance Fact Sheet intended for offerors to complete as part of the federal Request for Proposal (RFP) submission process. It outlines essential sections for contractors to identify their contract details, including the contractor's name, contract number, type, program title, period of performance, and dollar value. The contractors are also prompted to describe the work performed, its relevance, and whether it was awarded competitively. Additionally, it requires identification of the customer or agency and the geographic scope of services provided. Respondent identification details, including contact information and experience specifics, are also requested. This structured format aims to assess the past performance of contractors, ensuring that relevant experience and qualifications are thoroughly evaluated in the competitive bidding process for government contracts.
    The 18th Contracting Squadron at Kadena Air Base, Japan, is issuing a Request for Information (RFI) regarding Invasive Species Control Services, designated FA527025R0006, for planning purposes. This initiative seeks to gather market availability information on controlling invasive flora and fauna to comply with Japan Environmental Governing Standards. Contractors are required to provide management, tools, and labor for controlling invasive species on U.S. Army Garrison Okinawa installations, with a detailed performance work statement available for reference. Responses to the RFI must include the company's details, capability statements demonstrating relevant past performance, and SAM.GOV registration confirmation. All inquiries must be submitted by December 17, 2024, with capability statements due by December 20, 2024. The document emphasizes the voluntary nature of responses and the requirement for contractors to be registered in the federal System for Award Management. This RFI serves as a precursor to developing an acquisition strategy for subsequent solicitation. The notice outlines necessary information and deadlines for interested vendors.
    The file outlines various government-issued Requests for Proposals (RFPs) and grant opportunities aimed at supporting initiatives at federal, state, and local levels. Key topics include eligibility criteria, funding amounts, application procedures, and timelines for different funding opportunities. Essential details such as required documentation, evaluation criteria, and the focus areas of funded projects are emphasized to guide potential applicants. The primary purpose of this document is to provide comprehensive information that assists organizations in navigating the competitive grant and RFP landscapes, thereby facilitating access to necessary funding for critical public projects. By presenting structured details on available resources, the document underscores the government’s commitment to fostering community development and addressing diverse needs through effective financial support mechanisms. In essence, it serves as a valuable resource for stakeholders seeking to identify and pursue opportunities for collaboration and funding in various sectors.
    The document is a Site Visit Reservation Form related to Solicitation No. FA527025R0006, which involves the repair of the HVAC system at PAX Terminal B3409, Kadena Air Base, Okinawa, Japan. The scheduled site visit occurs on March 13, 2025, at 10:00 AM JST, and requires interested vendors to complete and email the form to designated contacts by March 7, 2025, at 1:30 PM JST. Each company is allowed a maximum of three representatives, and attendance mandates adherence to social distancing protocols. The form collects essential information, including the company name, address, point of contact, and details about the attendees. It emphasizes that no additional site visits will be arranged, indicating the importance of this scheduled visit. This document is a crucial part of the government RFP process, ensuring proper vendor engagement and compliance with health measures as they prepare proposals for an HVAC repair project.
    The document outlines a solicitation from the U.S. government for the repair of the HVAC system at the PAX Terminal B3409, Kadena Air Base, Okinawa, Japan. The solicitation number is FA527025R0006, and the contractor must provide design, labor, materials, and equipment necessary for the project, which has a magnitude estimated between $500,000 and $1,000,000. The performance period is set at 692 calendar days. Specific requirements include providing performance and payment bonds and participating in a mandatory pre-proposal site visit. The document emphasizes adherence to the Statement of Work and various federal regulations, including the need for compliance with local Japanese customs laws. Proposal submission must be sealed and labeled with necessary details, and funds for the project are not currently available, allowing the government to cancel the solicitation at any time without obligation. The document incorporates numerous clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) to govern the contractual relationship and processes involved, including payment structures and bonding requirements. This solicitation represents the government's commitment to maintaining and upgrading essential infrastructure at military installations while ensuring compliance with relevant legal frameworks.
    The document constitutes an amendment to a federal solicitation aimed at updating certain conditions and information related to the bid process. It outlines procedures for contractors to acknowledge receipt of the amendment, deadlines for offers, and modifications regarding contract clauses. Key updates include a scheduled site visit on March 13, 2025, and a deadline for submitting Requests for Information (RFIs) by March 18, 2025. Several FAR clauses concerning equal employment opportunity and affirmative action have been removed in line with recent government directives, while others have been revised to meet new standards. Notably, the document continues to emphasize the importance of representation and certifications, guiding offerors on compliance with various legal and regulatory standards related to the bids. The main purpose is to ensure contractors stay informed about changes to the solicitation and adhere to updated regulations, ultimately facilitating a fair and compliant bidding process for federal contracts.
    This document is an amendment to a federal solicitation, extending the deadline for offer submissions and outlining modifications resulting from vendor inquiries (RFIs). The amendment includes an updated Statement of Work (SOW) and is incorporated with new Federal Acquisition Regulation (FAR) provisions and clauses, such as the Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran and Performance and Payment Bonds for construction. Essential updates are organized under relevant sections, with specific instructions for offers to acknowledge the amendment to prevent rejection. The document emphasizes the continuity of existing terms while detailing administrative changes, including modifications to payment processing via the Wide Area Workflow (WAWF) system. Furthermore, it informs contractors of their responsibilities regarding performance bonds and payment requests in line with the updated requirements, ensuring compliance with federal regulations. This amendment reflects the ongoing effort to manage the solicitation process effectively, providing clarity and updated guidelines for prospective contractors.
    Lifecycle
    Similar Opportunities
    P530 Aircraft Intermediate Maintenance Facility, Kadena Air Base
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Japan District, is conducting a Sources Sought Market Survey for the P530 Aircraft Intermediate Maintenance Facility project at Kadena Air Base, Okinawa, Japan. This Design-Bid-Build (DBB) construction project aims to build an intermediate maintenance facility to support the Aircraft Intermediate Maintenance Detachment (AIMD), with an estimated project magnitude between $25 million and $100 million. The facility is crucial for enhancing operational efficiency and safety in aircraft maintenance, adhering to various building codes and standards, including fire protection and anti-terrorism measures. Interested local firms must respond by 2:00 PM Japan Standard Time on January 15, 2026, and are required to be registered in the System for Award Management (SAM) and possess necessary construction licenses from the Government of Japan. For further inquiries, contact Erica Stiner at erica.j.stiner@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    FY26 Improve Military Family Housing PAIP 9 Phase 3
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY26 Improve Military Family Housing PAIP 9 Phase 3 project at Yokota Air Base, Japan. This project involves the modernization, renovation, and repair of thirty-four three-bedroom military family housing townhouse units, with an estimated construction cost between ¥2,500,000,000 and ¥10,000,000,000. The successful contractor will be required to complete the work within an 18-month performance period, and the solicitation is anticipated to be issued in December 2025 or January 2026. Interested bidders must be registered in the System for Award Management (SAM) and possess the necessary Japanese construction licenses, with bids due by the specified deadline. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil.
    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.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Roads/Pavements & Misc. Civil Work Indefinite- Delivery/Indefinite-Quantity (IDIQ) Contract, Misawa Air Base, Japan
    Dept Of Defense
    The Department of Defense is seeking contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Roads/Pavements and Miscellaneous Civil Work at Misawa Air Base, Japan. The contract will involve the repair, maintenance, and construction of pavement structures, including roads, parking lots, and related civil work, within a 40 km radius of the base, excluding specific areas like the MAB Airfield. The contract has a guaranteed minimum value of ¥300,000 and a maximum limit of ¥1,500,000,000, with the solicitation expected to be issued on or after January 16, 2026. Interested parties must register in the System for Award Management (SAM) and ensure compliance with Japanese regulations; for inquiries, contact Mayumi Ozawa at mayumi.ozawa.jp@us.af.mil or Kazuaki Kawahara at kazuaki.kawahara.jp@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.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Repair and Replace Roof System FY26 at the Commander Fleet Activities Yokosuka, Naval Air Facility Atsugi, and U.S. Government Installations in the Kanto Region, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East (NAVFAC FE), is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to repair and replace roof systems at various U.S. Government installations in the Kanto Region, Japan, including Commander Fleet Activities Yokosuka and Naval Air Facility Atsugi. The scope of work encompasses roofing repairs and replacements, along with related tasks such as installing aluminum copings, flashings, drains, and conducting asbestos sampling. This procurement is crucial for maintaining the integrity and safety of the facilities, with an anticipated contract value of up to JPY5,000,000,000 over a five-year ordering period. Interested parties should contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or call 046-816-4095 for further information, noting that this is a sources sought notice for market research purposes only and not a request for proposals.
    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.
    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, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.