The Department of the Air Force (DAF) is soliciting proposals for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) for Air Force and Space Force Bases across the CONUS, Alaska, and Hawaii. This firm-fixed-price, single-award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a five-year ordering period (March 2026 – March 2031) and a maximum value of $9.7 million, is a total small business set-aside. Proposals will be evaluated based on a best-value tradeoff, prioritizing Technical Approach over Price, with Past Performance assessed as Acceptable/Unacceptable. Offerors must provide qualified staffing, a technical plan, an initial task order execution response, and a quality control plan. Cybersecurity compliance (NIST SP 800-171 and CMMC) is mandatory for award eligibility. Proposals are due by February 4, 2026.
The document outlines the Performance Work Statement (PWS) for Heating, Ventilation, and Air Conditioning - Recommissioning and Energy Optimization Services (HVAC-REOS) managed by the Air Force Civil Engineer Center. The contract aims to enhance HVAC system performance across various military installations in the CONUS, Alaska, and Hawaii, aligning with federal energy reduction policies. It establishes an Indefinite-Delivery, Indefinite-Quantity (ID/IQ) contract framework with firm-fixed-price agreements over five years.
Key tasks for contractors include inspections, diagnostics, and minor repairs to HVAC systems, followed by detailed reporting on efficiency issues and energy savings. The contract specifies adherence to Unified Facility Guide Specifications and mandates the use of documented procedures like Test & Balancing (TAB).
With estimates indicating 30-35 facilities requiring services annually, the structure includes various Contract Line Item Numbers (CLINs) for different facility sizes and specific force support facilities. Performance is monitored through a comprehensive quality control plan, monthly status reports, and trip reports post-commissioning, ensuring accountability and transparency in operations. Overall, the PWS not only emphasizes energy efficiency but also seeks to solidify best practices for HVAC management in military settings.
The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data items required from contractors. This form details data item submissions, including title, authority, contract reference, requiring office, frequency, and submission dates. It also outlines distribution requirements, including addressees and copies. The form provides instructions for both government personnel in completing the CDRL and contractors in understanding pricing groups for data items. Specifically, for Contract FA8051-25-R-4001 concerning HVAC REOS, it mandates the submission of a "Report of Visit" (Data Item A002, DI-MISC-81943) once per Task Order, within 20 calendar days of work completion. Deliverables must be in standard Microsoft Office format and are subject to COR review and acceptance, with provisions for corrections and resubmissions. Distribution Statement C applies, restricting access to U.S. Government agencies and their contractors.
DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items from contractors. This form details the requirements for various data deliverables, such as monthly status reports for HVAC REOS under contract FA8051-25-R-4001. It specifies data item numbers, titles, acquisition authorities, contract references, requiring offices, and distribution statements. The document also outlines submission frequencies, dates, and addresses for delivery, along with the number of draft and final copies. Crucially, it provides instructions for both government personnel in completing the form and contractors in estimating prices for data items based on four groups of effort, ranging from data not essential to the primary contract (Group I) to data developed as part of normal operating procedures (Group IV). The form also details deliverable acceptance procedures, including electronic formats, rejection protocols, and resubmission timelines.
This government file outlines the qualifications and experience required for two key roles within an HVAC REOS contract: Contract Manager (CM) and Technical Support. The HVAC REOS Contract Manager requires a Bachelor’s Degree or higher in Mechanical Engineering, a Professional Engineer License, and ten years of HVAC system design, construction, and operation experience, with five years as a senior engineer overseeing various HVAC-related areas. Extensive experience in Testing and Balancing (TAB) and commissioning practices is mandatory. The HVAC REOS Technical Support role requires a Diploma or Trade Certificate in HVAC, ten years of field experience in HVAC installation, maintenance, inspections, and operation, with proven experience in TAB and commissioning practices. Both roles require strong English communication skills and a NACI/SF85 security clearance, as all tasks are unclassified.
The document, titled "Basic PWS Attachment 2 Acceptable Repairable Replaceable HVAC Items," provides a comprehensive list of HVAC components that are considered repairable or replaceable within a government context, likely for federal, state, or local RFPs or grants. The list categorizes various parts such as actuators, air distribution components (diffusers, grilles, registers), controls (burner, DDC, pneumatic, stand-alone), electrical components (fuses, wires, transformers), mechanical parts (compressors, motors, pumps, valves), safeties (flame, gas pressure, over/under voltage), switches (flow, pressure, two-position), and sensors (CO, CO2, humidity, O2, pressure, temperature). This attachment serves as a clear reference for contractors and agencies, outlining the scope of acceptable items for maintenance, repair, and replacement in HVAC systems for government projects.
This document, titled "Basic PWS Attachment 3 Request to Purchase Materials 20-000X," outlines a formal process for requesting and approving material purchases, likely for repair parts, within the Air Force Civil Engineering Center (AFCEC) for HVAC Recommissioning and Energy Optimization Services. It includes a table for listing line items, vendor, part number, and description of materials, along with sections for contract and government representative signatures and dates to signify request and approval. The document specifies that the contractor must complete highlighted areas in yellow in accordance with paragraphs 2.3, 3.1.4, and 11.0 of the Main IDIQ Contract PWS. This indicates a structured procurement and approval workflow for materials essential to government contracts, ensuring compliance and proper authorization.
This document is a Request for Task Order Proposal (RTOP) from the Department of the Air Force, specifically the 772nd Enterprise Sourcing Squadron (772 ESS/PKD), issued to a contractor for HVAC REOS IDIQ services. It outlines the process for contractors to review and respond to task order requirements. The RTOP package includes a Task Order PWS (with title, scope, and services summary), location(s) for performance, wage determination, a 180-day period of performance from award, and a price/quantity schedule with fixed-price CLINs. Contractors are given three calendar days to submit questions to 772 ESS/PKD. The document requires contractors to either concur with the content and quantities or provide specific reasons for non-concurrence. This structured approach ensures clear communication and agreement before the commencement of services.
The document provides detailed Air Apparatus Test Reports for multiple Air Handling Units (AHU 1, AHU 2, AHU 4), a Return Fan (Ret Fan 1), and various VAV (Variable Air Volume) diffusers and grills. Each report includes extensive fan and motor data, design and as-found/final operational parameters like CFM, RPM, voltage, and amperage. Key findings include loose belts and worn shives in AHU 1, operational issues with a VAV box in AHU 1-15, and a damper drive motor needing replacement in AHU 1-23. The reports also detail air volumes, static pressure drops, and pitot tube traverse readings for various ducts. The VAV diffuser and grill data show design versus as-found and final air volumes, with percentages indicating deviations from design specifications. Overall, the document serves as a comprehensive record of HVAC system performance and identifies specific maintenance needs.
The Air Force Civil Engineer Center (AFCEC) is seeking information through a Request for Information (RFI) to assess market capabilities for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS). This initiative aims to enhance HVAC system performance across various U.S. Air Force installations, ensuring optimal functionality and energy efficiency. Interested firms are invited to submit a capability statement that responds to specific criteria, including company details, experience with similar projects, and an understanding of the required services. The anticipated contract will be a Single-Award Indefinite Delivery – Indefinite Quantity (IDIQ) with a Base Year and four option years, falling under the NAICS Code 238220, which covers Plumbing, Heating, and Air-Conditioning Contractors. The deadline for submissions is November 18, 2024, and firms must be registered in the System for Award Management (SAM) prior to award. This RFI serves only as market research, with no formal solicitation or contract award commitment implied by the government. The attached draft Performance Work Statement (PWS) provides further details on the expected services.
This government file, FA805125R4001, outlines essential clauses and instructions for contractors involved in federal acquisitions, particularly for the Department of Defense. Key areas covered include robust cybersecurity requirements, mandating adherence to NIST SP 800-171 and CMMC Level 2 for safeguarding covered defense information and cyber incident reporting. It details the use of the Wide Area WorkFlow (WAWF) system for electronic payment requests and receiving reports, specifying document types and routing instructions. The file also defines ordering procedures, limitations on order quantities (minimum $50,000, maximum $1,000,000), and the indefinite quantity nature of the contract. Furthermore, it incorporates various FAR clauses addressing ethical conduct, small business utilization, labor standards, environmental protection, and prohibitions on certain foreign procurements and entities, ensuring compliance with federal laws and executive orders. Specific attention is given to the flow-down of clauses to subcontractors to maintain accountability and security across the supply chain.
This Performance Work Statement (PWS) outlines the requirements for Heating, Ventilation, & Air Conditioning (HVAC) Recommissioning & Energy Optimization Services (REOS) for the United States Air Force and select Space Force Bases across the CONUS, Alaska, and Hawaii. The contract is a firm-fixed-price (FFP), single-award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicle with a five-year ordering period. The services include analyzing existing HVAC systems, performing minor in-scope repairs, test and balancing (TAB) of air and hydronic systems, modifying control system set points, and providing energy reports verifying performance improvements and estimated energy savings. The PWS details contractor responsibilities, government oversight, performance objectives, deliverables, security requirements, and estimated workload for various facility sizes, emphasizing energy consumption reduction and optimal HVAC performance in accordance with federal energy acts.
This Request for Proposal (RFP) Attachment 3, FA805125R4001, details the pricing worksheet for Heating, Ventilation & Air Conditioning (HVAC) Recommissioning & Energy Optimization Services (REOS). The document outlines Fixed-Firm Price (FFP) Contract Line Item Numbers (CLINs) for five ordering periods, from March 31, 2026, to March 30, 2031. Services are categorized by facility size: Small (1-50,000 SF), Medium (50,001-100,000 SF), Large (100,001-200,000 SF), Extra Large (greater than 200,000 SF), Small Force Support (1-100,000 SF), and Large Force Support (100,001-250,000 SF) facilities. Each CLIN includes all associated costs such as management, labor, travel, materials, and profit. A separate CLIN for data provision (CLIN 0007, 1007, 2007, 3007, 4007) is
This task order (FA8051-26-F-00XX) outlines the requirements for Heating, Ventilation, & Air Conditioning (HVAC) Recommissioning & Energy Optimization Services (REOS) at Patrick Space Force Base, Florida. The contractor will provide all necessary personnel, equipment, and services to perform HVAC REOS for five facilities, including small facilities and small force support facilities. Key responsibilities include technical support, minor repairs, recommissioning, analysis, design reviews, modifications, evaluations, and test and balance (TAB) of HVAC systems. The project is managed by AFCEC/COMH and the 45th Civil Engineer Squadron, with specific points of contact for contracting and technical oversight. The period of performance is 180 calendar days from the award date. Deliverables include a Work Progress Schedule, Report of Visit (ROV), and Monthly Status Report (MSR). The contractor is responsible for all travel and material costs and must adhere to all security procedures and applicable federal, state, and local statutes.
This government file, Wage Determination No. 2015-4555 Revision No. 27, issued by the U.S. Department of Labor, establishes minimum wage rates and fringe benefits for service contract workers in Brevard County, Florida. It outlines two Executive Orders (EO 14026 and EO 13658) that dictate minimum hourly wages of $17.75 and $13.30, respectively, depending on the contract award or renewal date. The document details specific wage rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, information technology, and maintenance. It also specifies fringe benefits such as health and welfare, paid vacation (2 to 5 weeks based on service), and eleven paid holidays. Additionally, the file addresses special conditions like paid sick leave under EO 13706, hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted job classifications and wage rates using Standard Form 1444.
This document, Task Order 1 - Attachment 2 (Price Sheet), outlines the pricing worksheet for Heating, Ventilation & Air Conditioning (HVAC) Recommissioning & Energy Optimization Services (REOS) at Patrick SFB, FL. It specifies three Contract Line Item Numbers (CLINs) related to these services. CLIN 0001 details Fixed-Price (FFP) HVAC REOS for Small Facilities (1-50,000 SF), covering all associated costs. CLIN 0005 similarly defines FFP HVAC REOS for Small Force Support (SFS) Facilities (1-100,000 SF), which are characterized by a high number of VAV components. CLIN 0007 is for data provision, designated as Not Separately Priced (NSP), meaning its costs are to be included in the FFP of the other HVAC REOS CLINs. The Period of Performance (PoP) for all services is 180 days after receipt of order.