Computer Room Air-Conditioner (CRAC) Sources Sought
ID: SSOUCRAC2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the United States Space Force, is seeking qualified contractors for the removal of Computer Room Air-Conditioner #12 from Building 11000, Room 101A at Cheyenne Mountain Space Force Station. The project requires contractors to isolate and remove all associated chilled water, electrical, condensate, and ductwork while ensuring compliance with safety and environmental regulations, including obtaining necessary permits and conducting a site investigation. This initiative is part of the Space Force's commitment to maintaining operational efficiency and safety standards in facility management. Interested vendors must submit their qualifications and inquiries by February 11, 2025, to the primary contact, Samuel Souil, at samuel.souil@spaceforce.mil or by phone at 719-556-6599.

    Files
    Title
    Posted
    The statement of work outlines the procedures and responsibilities involved in removing Computer Room Air-Conditioner #12 from Building 11000, Room 101A at Cheyenne Mountain Space Force Station. The contractor is tasked with isolating and removing all associated chilled water, electrical, condensate, and ductwork, ensuring compliance with relevant safety and environmental regulations. A site investigation is required to ascertain existing conditions, while safety measures must align with OSHA and Air Force standards. The contractor needs to manage hazardous materials appropriately and obtain necessary permits, including a hot works permit from the CMSFS Fire Department. Work hours are specified, and access to the site requires proper authorization and coordination for any vehicles or electronic devices. Lastly, the contractor is responsible for site cleanliness and delivering comprehensive maintenance reports upon project completion. This document is part of federal requests for proposals and emphasizes compliance with federal, state, and local laws, indicating the government's commitment to safety and environmental stewardship in facility operations.
    The Department of the Air Force’s United States Space Force is conducting a sources sought notice for the removal of Computer Room Air-Conditioner #12 at Peterson Space Force Base. The aim is to gather information for market research under FAR Part 10, utilizing the NAICS code 238990 for All Other Specialty Trade Contractors, applicable for small businesses with a size standard of $19.0 million. The notice does not represent a commitment for a solicitation or contract award. Interested vendors must submit inquiries and information by 11 February 2025, including qualifications, potential alternate NAICS codes, additional characteristics beneficial for the project, existing contract vehicles, and willingness for a site visit. The resultant data will inform procurement methods while ensuring all responses remain compliant with the specified SOW attached to the notice. This initiative indicates the Space Force’s systematic approach to sourcing specialized contractors and adhering to regulatory obligations in procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BDLG 1 Landscape Maintenance
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking qualified contractors for landscape maintenance services at SPoC HQ Building 1, located at Peterson Space Force Base in Colorado. The contractor will be responsible for the weekly inspection and maintenance of approximately 341 plants and 20 trees, ensuring their health and compliance with local, state, and federal regulations. This procurement is vital for maintaining the aesthetic and environmental standards of the facility, with a contract set aside for small businesses under NAICS code 561730. Quotes are due by February 4, 2025, following a mandatory site visit on January 24, 2025, and interested parties can contact Anna Moritz at anna.moritz@spaceforce.mil or Jessica Wright at jessica.wright.10@spaceforce.mil for further information.
    Sources Sought Announcement - HVAC Controls - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting market research for HVAC control systems as part of the Renovate Sijan Hall – Phase One project at the U.S. Air Force Academy in Colorado. The procurement seeks to identify sources capable of providing Direct Digital Control (DDC), Energy Management Control System (EMCS), and Java Application Control Engine (JACE) systems, with an estimated contract value for HVAC controls ranging from $800,000 to $1.1 million, within a larger construction contract valued between $100 million and $250 million. This project is critical for ensuring operational efficiency and compliance with military standards during phased renovations, which will maintain functionality while upgrading mechanical, electrical, and plumbing systems. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, ensuring adherence to specified requirements and confidentiality of proprietary information.
    USAFA Madera Center Monitor Installation
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Academy (USAFA), is seeking qualified contractors for the installation of display mounts and screens at the Madera Cyber Innovation Center in Centennial, Colorado. The project requires the contractor to provide all necessary labor, tools, and materials for the installation of several 75” TVs, while the Academy will supply the mounting equipment and display units. This initiative is crucial for enhancing the audiovisual capabilities within the facility, supporting the operational needs of the USAFA. Interested contractors must submit a capabilities package by February 10, 2024, at 2 PM MST, and should be registered with the System for Award Management (SAM). For further inquiries, contact Heather Bunnell at heather.bunnell@us.af.mil or Jennifer Hill at jennifer.hill.20@us.af.mil.
    10 SOPS Operations Console Furniture Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to fulfill the 10 SOPS Operations Console Furniture Requirement at Naval Base Ventura County, Point Mugu, California. The contractor will be responsible for the design, delivery, and installation of modular furniture, including 10 operator consoles, 4 filing cabinets, and 4 bookshelves, while also disassembling and removing existing furniture to enhance operational efficiency and ergonomics for a 24/7 mission-critical environment. This procurement is crucial for ensuring a cohesive and sustainable workspace that meets current and future operational needs. Interested small businesses must submit their proposals by February 7, 2025, and can direct inquiries to SSgt Jake Pineiros at jake.pineiros@spaceforce.mil or Alejandro Castellanos at alejandro.castellanos@spaceforce.mil.
    SOURCES SOUGHT, Eglin AFB: Replace AHU’s and Piping
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking sources for a design-build project at Eglin Air Force Base to replace Air Handling Units (AHUs) and hydronic piping in its data center. The project aims to address existing leaks in the piping and the end-of-life status of the Computer Room Air Conditioner (CRAC) units, ensuring a fully operational and modernized data center environment while minimizing disruption during construction. Contractors will be responsible for all aspects of the project, including mechanical, electrical, and plumbing services, with a total period of performance of 270 calendar days. Interested parties should contact SrA Thomas Azevedo at thomas.azevedo.1@us.af.mil or call 850-882-0343 for further details and to express interest in the opportunity.
    Design/Build – Convert B271 2nd Floor for Space Acquisition Mission, Los Angeles SFB
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) and the 772nd Enterprise Sourcing Squadron (ESS), is seeking qualified small businesses for a Design/Build project to renovate the 2nd floor of Building 271 at Los Angeles Space Force Base (SFB) to support the Space Acquisition Mission. The project requires firms experienced in multi-disciplinary renovation design and construction services, particularly those compliant with Intelligence Community Directive (ICD) / Intelligence Community Specification (ICS) 705 standards, and familiar with Department of Defense facility criteria related to secure area renovations. The anticipated contract value ranges from $25 million to $100 million, with an estimated performance period of 730 days, and interested contractors must respond by February 7, 2025, providing detailed qualifications and past performance documentation. For further inquiries, potential respondents can contact John P. Haring at john.haring@us.af.mil or Ashley Perez at ashley.perez.8@us.af.mil.
    N--Replacement of Computer Room Air Conditioners
    Interior, Department Of The
    The U.S. Geological Survey, under the Department of the Interior, is seeking qualified contractors to provide design-build services for the replacement and installation of Computer Room Air Conditioning (CRAC) units at the Earth Resources Observation and Science Center (EROS) in Sioux Falls, South Dakota. The project involves replacing five outdated CRAC units with seven new dual-cooled models, ensuring enhanced reliability and minimal downtime, while adhering to federal, state, and local regulations over a 360-day completion period. This initiative is crucial for maintaining the operational efficiency of critical infrastructure, and interested parties must submit their qualifications and capability statements to Ty DeHart at tdehart@usgs.gov by 12:00 p.m. eastern on February 24, 2025. The anticipated contract will be a firm-fixed-price agreement, and the primary NAICS code for this opportunity is 238220.
    Liebert PDX Air-Cooled System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide two Liebert PDX Air-Cooled Systems as part of a procurement effort managed by the 316th Contracting Squadron. The requirement includes the purchase and delivery of the air conditioning units, which are essential for maintaining optimal indoor temperatures to prevent equipment overheating, while the installation will be conducted by the government. This procurement is set aside for small businesses under NAICS code 238220, with a total small business size standard of $19 million, and responses to the solicitation are due by February 12, 2025. Interested vendors can direct inquiries to primary contact Yaneris Dolce at yaneris.dolce@us.af.mil or 240-612-3719, and must ensure compliance with the specified brand requirements and delivery conditions outlined in the solicitation documents.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Los Angeles District, is seeking responses for the design-bid-build construction of the Air Education Training Command (AETC) Formal Training Unit at Vandenberg Space Force Base in California. The procurement includes specific brand-name requirements for a Fire Alarm Panel (Hochiki), HVAC Chillers (Trane), and an HVAC Controls System (Automated Logic), which are critical for ensuring the facility's operational efficiency and safety. This project is significant as it supports the training and operational readiness of the Air Force, with a planned solicitation release around the end of March 2025. Interested vendors must submit their capabilities statements by February 8, 2025, to Stanislav Sekacov at stanislav.y.sekacov@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.