HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
ID: FA860125Q0057Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective of this contract is to enhance indoor air quality and improve HVAC system efficiency by cleaning the Air Handling Unit (AHU) 1 and its associated ductwork, utilizing methods such as steam cleaning and negative pressure duct scrubbing. This project is crucial for maintaining operational efficiency and compliance with health and safety standards in federal facilities. Interested small businesses must submit their proposals by April 17, 2025, with a total budget of $9 million allocated for this effort. For further inquiries, potential contractors can contact Matthew Shofner at matthew.shofner.1@us.af.mil or Claire Hess at claire.hess@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications related to federal and state/local Request for Proposals (RFPs) and grants, detailing various components, sizes, and designs required for a project involving structural elements and workspace layouts. It includes a series of codes leading to specific materials, installation standards, and dimensions, highlighting the need for consistency and adherence to specified guidelines. Key sections describe standard dimensions for multiple workspace areas, equipment sizes, and structural configurations, suggesting a focus on creating an efficient and compliant work environment. Components such as beams, printer areas, and conference rooms are indicated with exact measurements, emphasizing the importance of precision in the build-out process. Further details include references to typical designs (TYPICAL A, B, C, etc.) and essential standards (identified by 'Std 3'), showcasing a systematic approach to the project's specifications. Overall, the document consolidates detailed requirements for potential contractors to ensure their proposals align with federal regulations and expectations for both structural integrity and functional design in workspace environments. This structured guidance serves as a vital resource for bidders seeking to support government initiatives effectively.
    The Performance Work Statement (PWS) outlines a contract for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary goal is to improve indoor air quality and HVAC efficiency by cleaning Air Handling Unit (AHU) 1 and the associated ductwork. Key tasks include steam cleaning the AHU components, using negative pressure duct scrubbing for supply and return ducts, and ensuring workspace protection during and after the process. The project must comply with applicable codes, including the International Building and Mechanical Codes, as well as ASHRAE and NADCA standards. Work is scheduled to take place during regular business hours and must be completed within 90 days of contract award, with a specific timeline for duct cleaning. The government will provide access to utilities and areas while ensuring adherence to base security regulations. Deliverables include a report detailing the cleaning activities and findings. This document serves as a framework for the contracted work, emphasizing the commitment to maintaining air quality and system efficiency in federal facilities while following regulatory standards.
    The Performance Work Statement (PWS) outlines a contract to provide HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The project's objective is to enhance indoor air quality and HVAC system efficiency by cleaning Air Handling Unit (AHU) 1 and associated ductwork. The contractor is tasked with cleaning AHU 1, which includes coils, fans, and inlets, using steam cleaning or power washing. The ductwork cleaning will involve using a duct scrubbing machine under negative pressure for connected supply and return ducts, VAV boxes, diffusers, and return grilles. Proper workspace protection and cleanup are required throughout the process, adhering to industry standards such as the International Mechanical Code and ASHRAE guidelines. The work must be completed within 90 days of contract award, with the actual duct cleaning anticipated to take five business days. Access to utilities will be provided by the government, and compliance with security protocols is mandatory. A final report detailing the work performed is expected as a deliverable. This document serves to solicit proposals for services improving the operational efficiency of HVAC systems, reflecting government efforts to maintain safe and effective facilities.
    The document outlines a Performance Work Statement (PWS) for a non-personnel services contract to provide HVAC duct cleaning for Air Handling Unit (AHU) 1 and its associated ductwork at Building 11A, Wright Patterson AFB, Ohio. The primary objective is to enhance indoor air quality and HVAC system efficiency. The contractor is responsible for cleaning both the AHU and connected ductwork using specified steam cleaning and duct scrubbing methods. Additionally, workspace protection and thorough cleanup post-work are required. The project must comply with established codes and standards, including the International Building Code and ASHRAE guidelines. The cleaning must be completed within 90 days of contract award, with an anticipated five-day timeframe for the actual duct cleaning. The government will provide access to utilities and workspaces, while the contractor must adhere to base security regulations and escort requirements. Key deliverables include the completion of cleaning tasks and a written report outlining the services performed. This document serves as part of the federal RFP processes, establishing clear expectations for performance and compliance with safety and operational standards during the contract period.
    The document from the Department of the Air Force, specifically from the Business and Enterprise Systems Directorate, addresses inquiries related to the Request for Proposal FA8601-25-Q-0057. It primarily focuses on a query regarding the quantity of returns and supplies, to which the contracting officer, Claire Hess, indicates that a definitive answer is currently unavailable, but ongoing efforts will be made to resolve this. The correspondence is dated April 1, 2025, and emphasizes the commitment to transparency by pledging to update stakeholders once more information becomes obtainable. This brief note highlights the issues encountered during the procurement process and reflects the operational challenges faced by government entities in managing contracts and supplies efficiently.
    The document is a communication from the Department of the Air Force regarding inquiries related to solicitation FA8601-25-Q-0057 for a cleaning contract at Wright-Patterson Air Force Base. It addresses various questions, confirming that there is no mold or asbestos present in the building, and stipulates that work will occur within an 8-hour workday over five business days. The area designated for cleaning includes the northeast bay, specifically two offices and the mechanical room, while the first floor remains empty. The project will be awarded under one contract, and the Davis-Bacon Act is deemed not applicable as the work is classified as maintenance rather than repairs. Additionally, the document includes images of the areas to be cleaned. This inquiry response highlights procedural details pertinent to contractors interested in the RFP, while ensuring compliance with relevant regulations and expectations for the job.
    The document is a response from the Department of the Air Force's Business and Enterprise Systems Directorate regarding inquiries related to the Request for Proposals (RFP) FA8601-25-Q-0057. It addresses questions about the availability of schematics, the number of Variable Air Volume (VAV) systems to be cleaned, and pricing structure for the service. The contracting officer, Claire Hess, informed that schematics are currently unavailable and clarified that the specific number of VAVs to be cleaned is undetermined, although AHU1 has 41 VAVs. Importantly, the contract will be firm-fixed price, disallowing payment on a per-VAV basis. This document reflects essential contracting communication, ensuring clarity and compliance with the terms of the procurement process in government contracting. The responses aim to clarify procedural points for potential bidders involved in the cleaning of air volume systems, underscoring the importance of adherence to specified contract conditions.
    The document outlines a response to inquiries regarding a project identified as FA8601-25-Q-0057, managed by the Business and Enterprise Systems Directorate of the Department of the Air Force. The inquiries focus on various aspects of the project related to HVAC duct cleaning for AHU-1, which includes a central station air handling unit with specific capacities and components. Key clarifications include that no prevailing wage rates apply, hard surfaces do not need to be cut for cleaning, and no testing, air monitoring, repairs, or replacements are part of the scope—only cleaning is required. The contracting officer indicates that detailed HVAC drawings and specific square footage information of the facilities pertinent to duct cleaning are still being sought. The purpose of this correspondence is to provide transparency and detail regarding the project requirements within the federal contracting process, particularly emphasizing the simplicity of the scope and operational measures needed for the HVAC cleaning tasks. Overall, the document serves as an essential guide for contractors interested in the project, clarifying expectations and requirements.
    The Department of the Air Force, through the Business and Enterprise Systems Directorate at Wright Patterson Air Force Base, has issued a communication regarding inquiries related to Request for Proposal FA8601-25-Q-0057. The primary information conveyed is about the expected Period of Performance for the associated contract. The contracted work is anticipated to be completed within a five-day timeframe, which can occur at any point during a broader 90-day period following the contract's award. This structure allows for flexibility in scheduling the execution of work. Claire Hess, the Contracting Officer, signed the document, indicating the official nature of the response. This inquiry response exemplifies the procedural transparency found in federal contracting, particularly in the context of timelines and expectations.
    The Department of the Air Force, specifically the Business and Enterprise Systems Directorate at Wright-Patterson Air Force Base, has issued a communication addressing inquiries related to solicitation FA8601-25-Q-0057. The document provides specific instructions regarding the submission of visitor information for an upcoming site visit, clarifying that only names and identification numbers are needed—no copies of driver’s licenses are required. Each contractor is permitted to send up to two representatives. Additionally, it is confirmed that this solicitation pertains to a new award with no incumbent contractor involved. This communication underlines the procedural requirements for visitors and the context of the RFP process within federal contracting. The information conveyed ensures clarity for prospective contractors in their preparations for participation in the site visit associated with this federal contract opportunity.
    The document outlines the representations, certifications, and clauses that must be incorporated by reference in federal procurement processes. These include provisions relating to ownership, control, tax liabilities, and compliance with various regulations concerning telecommunications equipment. Specific FAR (Federal Acquisition Regulation) and DFARS (Defense Federal Acquisition Regulation Supplement) clauses address issues such as the prohibition on contracting with companies engaged in certain restricted operations and the requirement to disclose information about certain business relationships and telecommunications services. The application of these clauses is vital in ensuring integrity and transparency in government contracting. For instance, contractors must represent whether they have any delinquent tax liabilities, felony convictions, or relationships with known restricted entities. Additionally, the document addresses compliance requirements for business types, including small and disadvantaged businesses, and provides definitions for terms relevant to the procurement process. Overall, the purpose of this document is to standardize and regulate contractor behavior and eligibility for government contracts, ensuring that federal funds are allocated responsibly and legally, thereby maintaining the government's standards in awarding contracts.
    The document outlines the procedures for attending a Site Visit at Wright-Patterson Air Force Base (WPAFB) in Ohio, specifically detailing the steps required to obtain a visitor pass. Visitors must first visit the Pass & Registration office located at 4185 Logistics Avenue to obtain their identification pass before proceeding to the Site Visit at Building 11A. It emphasizes the importance of arriving early to secure the pass and reach the Site Visit venue by 10:00 am, as the event is scheduled to start promptly at that time. The instructions highlight the necessity of visitor identification and the organized structure of the visit, aligning with protocol expectations for government-related site access.
    The document outlines a solicitation under the Women-Owned Small Business (WOSB) program for HVAC ductwork cleaning services at Wright Patterson Air Force Base. The requisition FA860125Q0057 specifies a total budget of $9 million, aiming to qualify vendors based on compliance with federal contracting regulations and allowing for participation from economically disadvantaged women-owned businesses and service-disabled veteran-owned businesses. The scope includes the cleaning of HVAC systems in Building 11A and details the procedure for submission of offers, including necessary certifications and clauses that incorporate federal acquisition regulations. Emphasis is placed on compliance with safety and health standards during service performance, as well as specific criteria for payment processing through the Wide Area WorkFlow (WAWF) system. The document highlights timelines for deliverables, outlines the invoicing process, and requires contractors to obtain necessary identification for access to the military installation. This solicitation exemplifies federal efforts to promote small business participation while ensuring stringent adherence to procurement policies.
    The document is a commercial enterprise map published by MARCOA Publishing, Inc., representing various facilities and services at Wright-Patterson Air Force Base (WPAFB). It catalogues significant buildings and services, including administrative, military, health, recreational, and community support facilities. Key entries include locations for personnel support, housing, family services, medical centers, and recreational amenities like the Wright-Patterson Club and Prairie Trace Golf Course. The publication serves military personnel and their families, aiming to enhance accessibility and awareness of base resources. It's noted that the content reflects neither official views nor endorsements from the U.S. Government or Department of Defense. Overall, this resource underscores WPAFB's commitment to providing comprehensive support to its community and adheres to principles of discrimination-free service.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Marietta Repair Station HVAC Supply and Install; W91237-26-Q-A008
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a complete HVAC system at the Marietta Repair Station located in Marietta, Ohio. The contractor will be responsible for providing all necessary equipment and services to ensure the HVAC system is fully operational in the new steel building. This procurement is crucial for maintaining a comfortable and efficient working environment at the facility, which is essential for its operational capabilities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and inquiries can be directed to Lillie Bodie at 304-399-5139 or via email at lillie.v.bodie@usace.army.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically 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 to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    AIR HANDLING UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of an Air Handling Unit. This contract requires the manufacture and supply of the Air Handling Unit, adhering to specific design and quality assurance standards, including compliance with MIL-STD-130 for marking and documentation. The Air Handling Unit is critical for maintaining air quality and environmental control in naval facilities, ensuring operational readiness and safety. Interested vendors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.A.DIEHL.CIV@US.NAVY.MIL for further details, and are encouraged to submit their proposals promptly as the procurement process is underway.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    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.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.