WPAFB 3rd Air Stream/ B18
ID: W912QR26-3rd_Air_Stream_B18Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force is conducting a market survey for a new industrial compressed air plant at Wright-Patterson Air Force Base. This project, estimated between $5M and $10M with a 900-day duration, involves constructing a facility with two 4,000 HP compressors, two natural gas-fired air heaters, and specialty steel piping. The project also includes demolition of existing equipment, significant electrical work, industrial automation system controls replacement, roof work, and minor architectural repairs. The Air Force will purchase major equipment, but the prime contractor is responsible for installation and coordination with existing personnel and privatized utilities. The NAICS code is 238220. The survey targets small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms, to determine if a set-aside is feasible. Interested firms must respond by October 31, 2025, NLT 1:00 PM Eastern Time via a specific online form. Responses require verification of small business status, UEI, Cage Code, bonding limits, and descriptions of up to three similar past projects (at least 15% self-performed), including project size, scope, dollar value, completion percentage, type (design-build/design-bid-build), number of subcontractors, and two references. Firms must also detail how they will self-perform at least 15% of the work for this project. This is not a request for proposal, and all contractors must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    WPAFB 3rd Air Stream/ B18
    Currently viewing
    Sources Sought
    Similar Opportunities
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, known as the NASIC District Cooling Plant, aims to provide essential cooling infrastructure, with a construction magnitude estimated between $25 million and $100 million. The procurement is classified as full and open, with a specific emphasis on HUBZone small business participation, which includes a 10% price evaluation preference. Interested contractors should note that the response deadline has been extended to January 15, 2026, and are encouraged to contact Chase Rost at chase.j.rost@usace.army.mil or 502-315-6855 for further details.
    Z2DA--552-25-501 - Install Compressor for SPS Cabinets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to install a medical air compressor system at the Dayton VA Medical Center in Ohio. The project involves the installation of a triplex medical air compressor capable of supplying 30-35 SCFM at 100 PSI to support seven new EndoDry cabinets in the Digestive/Endoscopy and Operating/Surgery sections, ensuring compliance with the 2024 NFPA99 Standards for medical gas systems. Interested businesses must respond by January 4, 2026, at 5:00 PM Eastern Time, providing essential information including their business name, contact details, SAM Unique Entity ID, socio-economic status, and relevant past performance to the Contracting Officer, Jeffrey Rozema, at jeffrey.rozema@va.gov.
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.
    Air Compressor Maintenance Services
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, is seeking proposals for Air Compressor Maintenance Services. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, labor, and services to perform both scheduled and unscheduled maintenance in accordance with the Performance Work Statement (PWS) and Service Summary (SS). This contract is crucial for ensuring the operational readiness and sustained mission capability of air compressor systems at the base, with an anticipated Indefinite Delivery-Indefinite Quantity (IDIQ) firm-fixed-price contract spanning five years and six months, including an optional six-month extension. Interested parties should direct inquiries to Deanine R. Rogers or Joshua Johnson by January 7, 2026, and are encouraged to submit proposals once the official solicitation is released in the week of January 12, 2026.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    4310--Equipment - Optical Lab Air Compressor Replacement Project, IND
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for the replacement of air compressors at the Richard L. Roudebush Veterans Administration Medical Center in Indianapolis, Indiana. The procurement involves two industrial air compressors, each rated at 75HP and capable of delivering 335 CFM at 135 psi, along with start-up services and installation. These compressors are critical for maintaining the operational efficiency of the VA Optical Lab, ensuring a continuous and reliable air supply. Interested vendors must submit their quotes by January 7, 2026, at 4 PM Eastern Time to Brooke Hansen at brooke.hansen@va.gov, adhering to the specified requirements and evaluation criteria outlined in the solicitation.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through 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, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    PATTON HALL NEW STRATEGIC ENGAGEMENT PLATFORM, JOINT BASE MYER-HENDERSON HALL, VA.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking industry feedback for the design and construction of the Patton Hall New Strategic Engagement Platform at Joint Base Myer-Henderson Hall, Virginia. This project involves the demolition of the existing Patton Hall, which is beyond repair, and the construction of a new 70,600 square foot facility that will serve as a state-of-the-art conference and event center, adhering to various standards including antiterrorism measures, ADA compliance, and LEED Silver certification. Interested parties are encouraged to review the attached draft RFP and submit their feedback, with a response deadline of January 10, 2026, to the primary contact Robert Ferebee at robert.l.ferebee@usace.army.mil or secondary contact Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil.