B1130 HVAC Study
ID: FA480325R0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the retro-commissioning of the HVAC system in Building 1130 at Shaw Air Force Base, South Carolina. The project aims to optimize the HVAC system's performance by assessing cooling and airflow needs for the first and second floors, requiring the contractor to provide all necessary management, tools, labor, and compliance with various federal and state regulations. This procurement is part of the government's initiative to promote opportunities for Women-Owned Small Businesses (WOSB), with a total award amount of $25,500,000. Interested contractors must submit their proposals by January 22, 2025, and can direct inquiries to Kishauna Goodman at kishauna.goodman@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the questions and answers regarding the B1130 HVAC Study associated with the government RFP FA480325R0003. The key points include that there is no incumbent contractor, as this is a new requirement. While specific budget figures are not disclosed, the government assures that sufficient funding is available for the project. The contract will be awarded to a single contractor, and a bond is not required for the bidding process. Regarding access to the project site, the selected contractor will have a 45-day window post-award to visit the base installation. Overall, the document serves to clarify the procurement process for this HVAC study, ensuring transparency for potential bidders and outlining the expectations for contract execution.
    The document outlines the Statement of Work (SOW) for the retro-commissioning of the HVAC system in the Annex of building 1130 at Shaw Air Force Base. The primary objective is to optimize the HVAC system’s performance by assessing cooling and airflow needs for the first and second floors. Key tasks include measuring air flows, static pressures, air discharge temperatures, and hydronic flows while restoring system settings to specified temperature setpoints. The contractor must submit a commissioning plan, heat load data, and a final report detailing measurements and any identified deficiencies. The entire project, estimated to take 40 calendar days, includes 10 days of preparation, 15 days for the commissioning work, and 15 days for closeout. Compliance with various federal and state standards regarding health, safety, and environmental considerations is mandated. The contractor is responsible for obtaining required permits and minimally disrupting base operations during work. Daily reporting on progress and waste disposal is also required to ensure adherence to environmental regulations. This project is crucial for maintaining the efficiency and operational integrity of the HVAC system while ensuring compliance with regulatory standards.
    The document relates to the request for proposals (RFP) and grants at the federal level, specifically focusing on the FA480325R0003. It includes instructions, requirements, and other procedural details pertinent to potential bidders. Key elements addressed in this RFP involve the submission format, deadline adherence, and compliance with specific federal regulations and standards. The document emphasizes the importance of thorough documentation to ensure proposals are evaluated effectively. The structure features numerous sections that outline different expectations from potential contractors, ensuring they understand the requirements for submitting project proposals. Additionally, it indicates the necessity of adhering to financial guidelines and eligibility criteria. Overall, the main purpose of this document is to solicit bids for government projects by specifying the conditions under which proposals are to be submitted and evaluated, emphasizing compliance and quality in the responses. This serves as a crucial element in the procurement process for federal government contracts, reiterating the importance of transparency and due diligence in the selection of contractors.
    The 20 CES Contractor Environmental Requirements document outlines guidelines for contractors handling hazardous materials (HAZMAT) at Shaw AFB. It specifies the need for Safety Data Sheets (SDS) for HAZMAT before contract work begins and details procedures for reporting and tracking HAZMAT usage. Contractors must complete the "SAFB Contractor Worksheet" documenting all hazardous materials, their quantities, and project details. Additionally, it establishes that hazardous chemicals must be reported to the Contracting Office for review. Contractors are responsible for managing and disposing of hazardous and universal wastes according to regulations, ensuring proper labeling, storage, and documentation. The document further emphasizes recycling and minimizing waste, especially during construction and demolition activities, to comply with federal environmental laws. Overall, it serves as a comprehensive guide to ensuring safety, regulatory compliance, and environmental protection for contractors operating within the jurisdiction of Shaw AFB.
    The document outlines the environmental requirements for contractors working at Shaw Air Force Base (SAFB), focusing on compliance with various environmental regulations related to hazardous materials, waste management, and stormwater pollution prevention. Key provisions include the necessity for contractors to create and submit various plans, such as a Storm Water Pollution Prevention Plan for large construction sites, and maintain documentation for hazardous material usage, recycling, and waste disposal. Contractors are also obligated to adhere to safety regulations related to hazardous waste management, including obtaining necessary authorizations and permits prior to disposal. Additionally, specific procedures must be followed for reporting spills, managing hazardous materials, and conducting excavations to prevent environmental contamination. The document promotes green procurement practices, emphasizing the purchase of environmentally preferable products and the necessity for adhering to recycling and waste diversion goals. Overall, adherence to these provisions ensures safety, compliance, and environmental protection during construction activities at SAFB.
    The document outlines the schedule of material submittals related to Solicitation No. F38604-99-1480. Specifically, the attachment details the various items required for compliance with the contract, including a Construction Schedule, Commissioning Plan, Collected Data, and Final Report with corrections and recommendations. Each item is categorized by submission type, such as certification of compliance, shop drawings, and manufacturer's recommendations, with designated submission dates and tracking information for contractor notifications and approvals. The aim is to ensure that all necessary documentation is submitted systematically and approved before progressing on the project, facilitating compliance with federal standards and contract requirements. The structured format encourages accurate tracking of submittal statuses and reinforces the importance of adhering to regulatory timelines within government procurement processes.
    The document outlines a federal Request for Proposals (RFP) related to government procurement processes, detailing the requirements for suppliers to submit competing bids for specified goods or services. It emphasizes the importance of compliance with federal regulations, particularly in relation to budget constraints and adherence to program objectives. The RFP includes evaluation criteria that bidders must satisfy, such as demonstrated experience, capacity to deliver, and pricing. Further, the document touches on the need for clear documentation and reporting during the project lifecycle, ensuring accountability and transparency with public funds. Suppliers are encouraged to establish partnerships and leverage technology to enhance service delivery and efficiency. The RFP process is framed as a means of promoting fair competition while facilitating the acquisition of quality services that meet government standards. Through this RFP, the government aims to foster innovation, reliability, and sustainability among vendors while ensuring that taxpayer dollars are used effectively. This strategic approach signals an intent to not only streamline procurement processes but also to build a diverse supplier base capable of meeting complex governmental needs. Overall, this RFP is a vital tool for advancing public sector objectives through systematic and regulated supplier engagement.
    The Department of the Air Force has issued Bid Schedule VLSB 25-0022 for the retro commissioning of Building 1130. This Request for Proposal (RFP) requires prospective contractors to provide all necessary plans, labor, materials, equipment, permits, and transportation to complete the project in strict adherence to the specified contract documents and Statement of Work. The bid focuses on the comprehensive repair tasks needed to ensure compliance and optimal functionality of the building systems. This document is an essential part of the procurement process aimed at selecting qualified vendors for government contracts, highlighting the importance of thorough and compliant project execution.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to the HVAC assessment of Building 1130 at Shaw Air Force Base, South Carolina. It specifies that the contractor must evaluate cooling and airflow requirements for the building, providing necessary management, tools, and labor to fulfill the contract. The total award amount is set at $25,500,000. Key deadline information includes a submission due date of January 8, 2025, and contact details for inquiries. The solicitation includes a detailed description of terms, conditions, and regulations that must be adhered to by prospective contractors, such as clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Notable requirements are the use of categorized representations and certifications, adherence to safety and health standards on government installations, and exclusion of Class I ozone-depleting substances in service or delivered products. This procurement falls under federal contracting efforts aimed at promoting opportunities for small businesses, particularly those owned by women, thus reinforcing government initiatives toward inclusive economic growth. The document emphasizes the importance of compliance with federal standards in contracting processes, showcasing transparency and emphasis on regulatory adherence.
    The document outlines an amendment to a federal solicitation process, specifically regarding the acknowledgment of changes related to offers submitted. Key points include the obligation for contractors to recognize receipt of the amendment by certain methods before the specified deadline, and the potential rejection of offers if acknowledgment is not received in time. Additionally, it provides guidance for modifying existing contracts, specifying that changes can be made by letter or electronic communication referencing the solicitation number. The main purpose of this amendment is to incorporate questions and answers regarding the solicitation while maintaining the original response due date. The attachment added includes an HVAC Study Q&A, which provides critical information for contractors involved in the solicitation process. This document is essential in clarifying modifications, ensuring compliance, and streamlining communication between agencies and contractors during the contract solicitation phase, reflective of standard practices in federal grants and RFPs.
    This government document amends a solicitation (FA480325R0003) specifically concerning a proposal submission for a project at Shaw Air Force Base. The primary purpose of the amendment is to extend the proposal due date from January 8, 2025, to January 22, 2025, while maintaining all other terms and conditions unchanged. Key information includes a new RFP due time of 10:00 AM EST, a requirement for a detailed 10-page technical capability document outlining the contractor's approach for the assigned work, and necessary registration in the System for Award Management. Additionally, communication regarding inquiries must be directed to specified contacts via email, ensuring formal correspondence is documented. This amendment reflects procedural modifications typical in federal RFP processes, aimed at enhancing contractor engagement and ensuring clarity in proposal submissions.
    The government is seeking sources for an HVAC Study at Shaw Air Force Base (AFB) in South Carolina, specifically for assessing and optimizing HVAC systems in the B1130 annex. This Sources Sought posting is open solely to 100% Women-Owned Small Businesses, with responses required by 17 December 2024. Interested firms must provide a capability statement detailing their qualifications. The contractor's tasks include evaluating cooling and airflow requirements based on room usage and measuring various system parameters such as airflows, static pressures, and temperatures in both heating and cooling modes. Additionally, the contractor will verify and adjust control systems, ensuring compliance with set temperature standards. A detailed report summarizing measurements, findings, and any system deficiencies must be submitted upon completion. This request serves as a preliminary inquiry into the capabilities of interested vendors ahead of a possible future solicitation, reinforcing the government's interest in maintaining effective HVAC operations within military facilities.
    Lifecycle
    Title
    Type
    B1130 HVAC Study
    Currently viewing
    Sources Sought
    Similar Opportunities
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through 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 of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    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.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    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.
    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, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.