REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
ID: W912JM26QA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M3 USPFO ACTIVITY GA ARNGMARIETTA, GA, 30069-0001, USA

NAICS

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

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, 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.

    Files
    Title
    Posted
    This document addresses industry questions regarding Solicitation# W912JM26QA001, focusing on two key issues. First, it clarifies the absence of eleven referenced drawings in the initial solicitation package, emphasizing their necessity for a clear scope of work. The document states that these drawings, in PDF format, are now attached and an addendum will be incorporated if they were not originally included. Second, it provides details for a site visit, scheduled for 10:00 AM at building 10537 on Fort Stewart. Attendees are instructed to obtain a visitor's pass from the main gate prior to the visit, requiring a valid driver's license and proof of insurance. A link for requesting access is also provided.
    This document addresses 75 questions related to two federal government RFPs (W912JM26QA001 and W912JM26QA002) for HVAC and mechanical room upgrades. Key clarifications include a confirmed 210-day period of performance for project completion by May 1, 2026, and the application of SCA Wage Rates. Bid bonds and contract affidavits are not required. Drawings have been uploaded to SAM.gov. The project is not design-build, and subcontractors' experience is acceptable for technical submissions but not past performance. One superintendent can fulfill supervision, safety, and QA/QC roles per project. Specifics on HVAC systems, refrigerant type (R-454A), filter sizing, and ductwork insulation (only in mechanical rooms) are provided. Fire dampers, smoke dampers, and duct access doors are not required. Temporary 120V power is available free of charge. Fire alarm system details confirm Monaco FACP, with contractor responsibility for programming and coordination with 911. The proposal due date has been extended to December 8, 2025. Contractors can use a CONEX for storage, and all workers must be US citizens with background checks. Insulated aluminum is preferred for plenums, though stainless steel is acceptable. The project is not a construction contract, and the government will not provide an estimated budget or project magnitude.
    This government file details Project Number 13260009, which involves replacing HVAC systems and performing miscellaneous repairs in 19 barracks and 3 latrines located in the 12900 Block of the Georgia Garrison Training Center. The project outlines the demolition and replacement of existing HVAC components, including condenser units, furnaces, air handlers, line sets, electrical disconnects, and associated wiring. New installations will include insulated aluminum plenum boxes, 5/8" Type "X" drywall in mechanical rooms, new GFIC outlets, and updated electrical systems. The plan also specifies the reuse and re-insulation of existing ductwork where possible, along with the integration of new HVAC units with the fire alarm control panel. For latrine buildings, the scope extends to replacing condenser units, air handlers, furnaces, equipment stands, metal-lined return air plenums, and diffusers, as well as installing new suspended ceiling systems and relocating lighting fixtures. The project emphasizes adherence to detailed specifications for materials and installation to ensure a complete and compliant upgrade of the facilities.
    Project Number 13260009 outlines a comprehensive HVAC system replacement and upgrade for 22 buildings (19 barracks and 3 latrines) at the Land Dominance Center, Fort Stewart, GA. The scope includes removing existing HVAC units, ductwork, electrical disconnects, and wooden plenum boxes. New installations will feature 5-ton condenser units, air handlers, 80% efficiency natural gas furnaces, insulated metal plenum boxes, new electrical components, and programmable thermostats. Barrack buildings will also receive drywall in mechanical rooms and fire alarm system updates. Latrine buildings will have suspended acoustical ceilings and GFIC outlets installed. The project emphasizes adherence to industry standards, safety regulations, and requires extensive coordination, submittals, and a 1-year warranty on materials and workmanship, with a 5-year warranty on condenser compressors. All work must be completed between 7:30 a.m. and 4:00 p.m., Monday through Friday.
    The project involves replacing HVAC systems in 22 buildings (19 barracks and 3 latrines) at the Land Dominance Center, Fort Stewart, GA. The scope includes removing existing condensers, air handlers, and natural gas furnaces, and installing new 5-ton units (14 SEER or higher with 80% AFUE furnaces). Additionally, the project entails replacing wooden plenum boxes with insulated metal ones, installing drywall in barrack mechanical rooms, updating electrical disconnects, replacing fire alarm batteries, and reprogramming fire alarm control panels. Demolition work covers existing ductwork, line-sets, and electrical components. New installations include refrigerant lines, natural gas connections, thermostats, and air filters. The contractor is responsible for debris disposal, site cleanup, and adherence to industry standards, including OSHA safety regulations. The project has a 210-calendar-day completion timeline and requires submittals for all HVAC equipment and related components. A one-year warranty on materials and workmanship, and a five-year warranty on condenser compressors, are required.
    The document appears to be a partial map or a set of directions for a location, possibly a military installation or a large campus, given the mention of "Gate 5," "Gate 1," and "Winn Army Hospital." It lists various roads, streets, and buildings, including Gullick AVE, Glennville Hero RD, GA HWY 144, Hinesville, General Screven WAY, Old Sunbury RD, Bultman AVE, Murray AVE, Troupe AVE, Donavan Parade Field, 16th ST, Harmon AVE, Niles AVE, Ricker AVE, 13th ST, 12h ST, 11h ST, and specific building numbers like BLDG 1050 and BLDG 1053. The phrase "Not Drawn to Scale" indicates it is a schematic representation rather than a precise map. The document's purpose is likely to provide navigational information or a layout of an area, which could be part of a larger government-related project requiring site awareness, such as construction, logistics, or emergency planning within an RFP or grant context.
    This government solicitation, W912JM26QA001, issued by the National Guard Bureau, outlines a request for proposals (RFP) for Women-Owned Small Businesses (WOSB) to replace HVAC systems in 22 buildings within the 12900 block, with a budget of USD 19,000,000.00. The project involves replacing barracks and latrine HVAC equipment per the Performance Work Statement (PWS) between January 2, 2026, and May 1, 2026. Proposals are due by December 1, 2025, at 10:00 AM, and must be emailed to Jim Shuman and Melvin F. Reid JR. The evaluation criteria prioritize technical proposals (quicker installation, lower price, superior equipment, and HVAC experience), past performance, and price. The document includes detailed instructions for offer submission, required forms (SF 1449), and various FAR and DFARS clauses governing federal contracts, electronic payments via Wide Area WorkFlow (WAWF), and small business program rerepresentation requirements.
    This amendment (W912JM26QA0010001) to a solicitation revises the Statement of Work for replacing HVAC systems and miscellaneous repairs, including new drawings. It modifies the instructions for offerors by extending the period for acceptance of offers to 90 days and detailing submission requirements. Offers must be emailed to specified contacts by the deadline in Block 8 of SF 1449, with attached files named with the company name. A site visit is optional, if requested by November 20, 2025. Questions must be submitted within 3 days of solicitation issuance or 1 day after a site visit. Submissions require a completed SF 1449, a price schedule with two decimal places, and updated SAM.gov representations. Technical proposals should include a timeline, equipment list, subcontractor names (if applicable), and HVAC experience. Past performance information for the last 3 years, including customer name, contract details, work description, and points of contact, is also required. The amendment also outlines the National Guard Bureau's Agency Protest Program as an alternative dispute resolution forum.
    This amendment to solicitation W912JM26QA001 extends the proposal due date from December 1, 2025, to December 8, 2025, and updates the Statement of Work (SOW) with new drawings. Offers must acknowledge this amendment by submitting revised forms, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. All questions regarding the solicitation must be submitted by December 1, 2025, at 8:00 AM. The changes also include an updated response due time from 10:00 AM to 07:30 AM. This modification adds updated SOW and drawings to the list of contract documents.
    Lifecycle
    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.
    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.
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, specifically 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, including routine, preventive, and corrective services to ensure optimal operation and a healthy atmosphere within the facility. This procurement is crucial for maintaining the functionality of HVAC systems, which are essential for climate control and operational readiness. Interested Women-Owned Small Businesses (WOSB) must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19 million and a performance period from January 5, 2026, to February 6, 2026. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Ft. Stewart Base Operation Support Services - Consolidation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    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.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project aims to restore environmentally controlled air for personnel comfort and equipment protection by replacing inoperable condensing units, including a 20-ton unit at the Readiness Center and multiple units at the Field Maintenance Shop. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes electronically by December 29, 2025, with a total award amount of $19,000,000. The performance period for the work is set from January 12, 2026, to April 13, 2026, and inquiries can be directed to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868.
    78287 - CBR - B20128 Air Handler Refurbishment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the refurbishment of seven air handlers in Building B20128 at Robins Air Force Base, Georgia, under Request for Quote (RFQ) No. FA857126Q0018. The project requires the contractor to remove and install fan array systems, filter systems, and hot water coils while ensuring minimal disruption to ongoing operations, as refurbishments must be staggered to maintain production. This refurbishment is critical for maintaining air quality and operational efficiency in a vital facility, with a total estimated contract value of $19 million. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and are encouraged to attend a site visit scheduled for November 19, 2025; inquiries can be directed to SSgt. Bobby Ballow at bobby.ballow@us.af.mil.