Multi-Building HVAC Controls Project
ID: W50S7625QA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N2 USPFO ACTIVITY TXANG 136FORT WORTH, TX, 76127-1672, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Multi-Building HVAC Controls Project at the Naval Air Station Joint Reserve Base in Fort Worth, Texas. The project involves upgrading HVAC control systems in Buildings 1673, 1669, and 1676, requiring contractors to provide all necessary labor, materials, and equipment to integrate these systems with the existing Niagara Direct Digital Control system. This procurement is a total small business set-aside, with an estimated project magnitude between $100,000 and $250,000, and proposals are due by August 27, 2025, at 3:00 PM local time. Interested parties can contact Sharon Krywinski at 817-852-3308 or via email at 136.AW.MSC@us.af.mil for further details, and a site visit is scheduled for August 8, 2025, with prior registration required.

    Point(s) of Contact
    Files
    Title
    Posted
    The DDPM252009 Multi-Building HVAC Project at the 136th Airlift Wing in Fort Worth, TX, aims to upgrade HVAC control systems in Buildings 1673, 1669, and 1676, integrating them with the base's Niagara Direct Digital Control (DDC) system. The contractor is responsible for all construction services, including mechanical, plumbing, and electrical modifications, to remove obsolete systems and install new, fully integrated ones. The scope is limited to control system replacement and integration, excluding major HVAC equipment. Key tasks include site surveys, removal of old systems, necessary mechanical, plumbing, and electrical modifications, installation of new Distech components, integration with the Niagara system, testing, commissioning, and providing training and documentation. The project emphasizes adherence to federal, state, and local codes, industry best practices, and specific Unified Facilities Criteria (UFCs). Contractors must conduct thorough site assessments as provided existing system information is for reference only. The project is structured with separate Contract Line Item Numbers (CLINs) for each building, and includes general requirements for site visits, field verification, safety, site maintenance, and inspections. Deliverables include proof of insurance, electronic submittals, meeting minutes, and a one-year warranty on workmanship and products.
    The Multi-Building HVAC Controls Upgrade at the 136th Airlift Wing, Naval Air Station Joint Reserve Base in Fort Worth, TX, aims to modernize HVAC control systems in buildings 1673, 1669, and 1676 to integrate with the base's Niagara Direct Digital Control system. The contractor is tasked to perform all construction services, including the removal of outdated control systems and installation of new, compliant systems following federal, state, and industry standards. Key tasks include site surveys, system assessment, removal of existing systems, electrical and plumbing modifications, installation of new components, system integration, testing, training, and documentation. The contractor's proposal must reflect a thorough understanding of the project requirements and existing conditions, with costs for any unforeseen components being their responsibility. The project spans 60 days from the notice to proceed, requiring compliance with strict security, inspection, and documentation protocols. The government's commitment to safety and regulatory adherence is underscored throughout the contract, emphasizing the need for rigorous quality control. This work reflects a strategic initiative to upgrade facility infrastructure crucial for operational efficiency and sustainability.
    The document "Use of a Single Source Below the Simplified Acquisition Threshold (SAT)" discusses the conditions and procedures for procuring goods or services from a single source when the value is below the Simplified Acquisition Threshold. This practice, while generally discouraged in favor of full and open competition, is permissible under specific circumstances such as urgent need, unique capabilities, or when only one source can meet the requirement. The document outlines the justification process, emphasizing the need for clear documentation and approval to ensure transparency and accountability. It highlights the importance of thorough market research to confirm the absence of other qualified sources before opting for a single-source award. This guidance is crucial for government agencies involved in federal RFPs, grants, and state/local RFPs, providing a framework for compliant and justified sole-source procurements within the specified financial limits.
    The document outlines the process for utilizing a single source procurement method for purchases below the Simplified Acquisition Threshold (SAT) in federal and state government contracts. Its main purpose is to provide guidance on when it is permissible to bypass competitive bidding by justifying the need for a single vendor. Key points emphasize that single source procurement can be appropriate under specific circumstances, such as when there is a need for unique capabilities or when compatibility with existing systems is critical. The document also discusses the documented rationale required for justifying a single source determination, including the necessity for enhanced project timelines, specialized knowledge, or when only one vendor can meet the rigorous standards. Additionally, it highlights compliance obligations to ensure transparency and fiscal responsibility in government spending. This information is vital for government agencies to navigate procurement efficiently while adhering to legal and ethical standards in the allocation of funds.
    The "Multi-Building HVAC Controls Project" (Solicitation/Contract Number: W50S7624QA008) is a construction project subject to the Davis Bacon Act, requiring the submission of certified payrolls. Key considerations include the absence of established policy for BAS graphics, trends, alarms, and point naming, though a standardized Tridium Niagara platform is in place. Cyber security for the BAS system is managed through AFCEC's COINV2 program, with the DDC system isolated from other networks. Replacement of HVAC sensors, relays, actuators, and valves is only required if deficient. The project cost will include an updated Niagara Supervisor's software maintenance agreement. Contractors are advised to consider best value when selecting products, as the JACE8000 series is nearing its end-of-life, and JACE9000s are recommended. Accurate architectural plans will be provided for developing floor plans.
    This government solicitation, W50S7625QA008, issued on July 29, 2025, by the W7N2 USPFO ACTIVITY TXANG 136, is a Request for Proposal (RFP) for a Multi-Building HVAC Controls Upgrade Project in Fort Worth, Texas. The project, with an estimated magnitude between $100,000 and $250,000, is set aside for small business concerns under NAICS code 238220. It requires contractors to furnish all labor, parts, and materials for HVAC control upgrades in buildings B1673, B1669, and B1676, under firm-fixed-price arrangements. Offers are due by August 27, 2025, at 3:00 PM local time. The contractor must begin work within 10 calendar days of receiving notice to proceed and complete it within 60 calendar days. A bid guarantee of 20% of the bid price or $3 million, whichever is less, is required. The solicitation incorporates various FAR and DFARS clauses, including those related to Buy American provisions, small business program representations, and payment terms for fixed-price construction contracts. Funding is not yet available, and no award will be made until appropriated funds are secured.
    This document outlines Amendment/Modification W50S7625QA0080001 to a solicitation, primarily to correct verbiage within the instructions to offerors and evaluation criteria. It details procedures for acknowledging amendments, changing submitted offers, and provides accounting/appropriation data. The amendment modifies contract/order number W50S7625QA008, effective July 29, 2025. Key changes include updated shipping information and revised instructions for quote submission, specifying required forms (SF 1442), firm-fixed prices for distinct CLINs (0001-0003 for HVAC controls in Buildings 1673, 1669, and 1676), and necessary documentation such as equipment lists and project schedules. Quotes can be submitted via email or physical delivery (with prior coordination) to the 136th Mission Support Contracting office. Requests for Information (RFIs) must be emailed by August 15, 2025. The document also specifies mandatory insurance requirements for contractors. The evaluation process for this Total Small Business Set-Aside acquisition will follow Simplified Acquisition Procedures (FAR Part 13), focusing on best value. Quotes will be assessed for conformity, contractor responsibility (checking for debarment/suspension), and a comparative evaluation of price and technical factors, including the list of equipment/materials/labor disciplines and the project schedule, to determine the offeror's understanding of the scope of work. The Government reserves the right to award without negotiation but may negotiate if deemed in its best interest.
    The document outlines a solicitation for the Multi-Building HVAC Controls Upgrade Project located at NAS JRB Fort Worth, Texas. It details a sealed bid process for contractors to submit proposals for a scope of work defined by the government, emphasizing the project’s budget range of $100,000 to $250,000 and its classification as a small business set-aside under NAICS code 238220. Key requirements include performance and payment bonds, submission of offers within a specified timeframe, and compliance with various FAR and DFARS clauses, such as those regarding wage rates and domestic sourcing. The government emphasizes that no contract award will be made until appropriated funds are available, underscoring the necessity for accurate financial planning and compliance with bidding regulations. The document serves to formalize the contracting process, ensuring transparency, fairness, and adherence to federal guidelines in awarding contracts for construction and modification projects.
    This document serves as an amendment to a federal solicitation for contractor bids regarding HVAC controls for specific buildings. It details the procedures for acknowledging receipt of the amendment, extends the time for offers, and modifies existing contract terms. Key changes include updated instructions for submissions, outlining requirements such as completed Standard Form 1442 and firm-fixed pricing for three Contract Line Item Numbers (CLINs) associated with HVAC systems in different buildings. The submission process stresses that quotes must be received by a specified date, and outlines acceptable formats for inquiries and submissions. Furthermore, it describes the evaluation process for contractor quotes, emphasizing best value for the government, while detailing the importance of compliance with technical requirements. The government has the discretion to negotiate bids deemed advantageous and to exclude those found non-compliant. This amendment reflects the government's approach to ensuring a competitive and transparent contracting process while adhering to federal regulations regarding acquisition.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    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.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting bids for the replacement of HVAC systems at Shields Hall, located at JEB Little Creek-Fort Story in Virginia Beach, VA. The project requires contractors to provide all necessary supervision, labor, materials, and equipment to replace existing HVAC equipment, conduct HVAC testing and balancing, and perform electrical modifications along with related incidental work. This procurement is critical for maintaining operational efficiency and comfort within the facility. Only contractors part of the MACC ML-C00083 are eligible to bid, and interested parties should contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023 for further details, or Katherine Dinneen at katherine.l.dinneen.civ@us.navy.mil or 757-462-5347 for additional inquiries.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.