Kaneohe Bay MCBH Commissary DeCA Existing Building Commissioning (EBCx) – Refrigeration, HVAC and Lighting
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE COMMISSARY AGENCY (DECA)DEFENSE COMMISSARY AGENCYLACKLAND AFB, TX, 78236, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The Defense Commissary Agency (DeCA) is seeking qualified architect-engineer firms to provide Existing Building Commissioning (EBCx) services for refrigeration, HVAC, and lighting upgrades at the Kaneohe Bay Commissary in Hawaii. The contract aims to enhance operational efficiency by ensuring that the building systems meet military and industry standards, requiring the appointed Commissioning Authority to supply all necessary resources for project completion. This initiative underscores the agency's commitment to improving the functionality of military commissaries through upgraded building systems. Interested firms must express their intent to participate by contacting Andrew Prokop or Troy Banks by April 28, 2025, as the selection process will adhere to federal acquisition regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Commissary Agency is announcing its intent to contract for architectural and engineering (A&E) services related to existing building commissioning at the Kaneohe Bay Commissary in Hawaii. This notice, valid for 15 days in compliance with FAR guidelines, pertains specifically to commissioning services for refrigeration, HVAC, and lighting upgrades. The contract requires the appointed Commissioning Authority to adhere to the appropriate military and industry standards, supplying all necessary resources for the project's completion. Interested firms are invited to express their intent to participate by contacting the provided points of contact by April 28, 2025. The selection process will conform to federal acquisition regulations. This notice underscores the agency's commitment to improving operational efficiency in military commissaries through enhanced building systems.
    Similar Opportunities
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.
    Meat and Produce Signage
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking quotes from qualified small businesses for the procurement of meat and produce signage to support various commissaries across the Agency. The signage will be utilized for grand openings, resets, refrigeration upgrades, and partial replacements, ensuring effective product display and information dissemination. This opportunity is structured as a firm-fixed-price contract with a base year and four optional extension periods, emphasizing compliance with federal regulations and standards. Interested vendors must submit their quotes by December 18, 2025, and direct any inquiries to Melba Brown at melba.brown@deca.mil or Langston Hines at langston.hines@deca.mil by December 1, 2025.
    J&A for Linen Services at Colorado Commissaries
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking to extend its current contract for linen services at four commissaries in Colorado through a Justification and Approval (J&A) for other than full and open competition. This extension will modify the existing requirements contract HDECO5-18-D-0001, extending the period of performance from May 1, 2023, to October 31, 2023, and increasing the estimated contract value by $88,105.50, bringing the total to approximately $944,527.13. The services provided are critical for maintaining operations at the commissaries, ensuring that military personnel and their families receive the full benefits of their commissary privileges. Interested parties can reach out to Heather Skalet at Heather.Skalet@deca.mil for further information regarding this opportunity.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified architect-engineer firms to provide indefinite quantity services for various structural and waterfront projects. The procurement aims to secure professional services that will support the design and engineering needs for projects under the command's jurisdiction, emphasizing the importance of structural engineering expertise in maintaining and enhancing naval facilities. Interested firms can reach out to Erik S. Torngren at erik.torngren@navy.mil or 808-474-6476, or Shaun M. Chow at shaun.chow@navy.mil or 808-471-1166 for further details regarding the attached justification and approval document.
    FATS AND BONES REMOVAL SERVICES AT MOFFETT FIELD
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for fats and bones removal services at Moffett Field, California. The contract requires the contractor to provide comprehensive services for the removal, pickup, and disposal of supermarket animal and fish by-products, including fats and bones, with a focus on compliance with federal, state, and local regulations. This service is critical for maintaining sanitation and environmental standards at the commissary, ensuring proper waste management and diversion from landfills. Interested small businesses must submit their proposals by December 18, 2025, at 3:00 PM EST, to Marcella Simmons or Robert French via email, with the anticipated contract period spanning from January 1, 2026, to December 31, 2030.