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.