QPK HVAC Replacement
ID: 697DCK-25-R-00183Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking qualified contractors for the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, all in compliance with FAA specifications. This procurement is crucial for maintaining operational efficiency and safety at FAA facilities, with an estimated contract value between $250,000 and $500,000. Interested small businesses must submit their proposals by May 8, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at suzanne.t-ctr.huggins@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a solicitation for construction services by the Federal Aviation Administration (FAA) for an HVAC replacement project at the Parker Long Range Radar site in Colorado, with estimated contract values between $250,000 and $500,000. The solicitation is specifically set aside for small businesses classified under NAICS code 238220, focusing on plumbing, heating, and air conditioning contractors. Key requirements include performance and payment bonds, submission of sealed bids, and adherence to various clauses and specifications outlined in the solicitation documents. Contractors must commence work within five calendar days post-award and complete it within sixty calendar days. The solicitation emphasizes compliance with numerous federal regulations, including wage determinations and executive orders, and outlines procedures for payment management, including progress payments, certification requirements, and stipulations regarding subcontractors. The overall goal is to ensure a fair and transparent bidding process while maintaining high standards of safety and efficiency throughout the project.
    The OAS 2.5 User's Manual presents comprehensive guidance for the operation and installation of the OAS 2.5 HVAC Controller, designed specifically for critical FAA facilities requiring dependable and redundant HVAC control. Key features include the management of two HVAC units, adjustable temperature set points, automatic unit switchover, and alarm systems for status notifications. The manual outlines installation procedures, emphasizing physical location, electrical requirements, and user inputs for operational control, with detailed steps for configuring room and overtemp set points. Operational states are defined to signal normal functioning and alarm conditions, requiring prompt recognition and troubleshooting. The troubleshooting section provides insight into common issues, potential causes, and corrective actions to ensure efficient operation. The manual also contains a parts list and system schematics, enhancing accessibility for maintenance and reliability. Ultimately, this document serves as a vital resource for ensuring optimal functioning and maintenance of HVAC systems in emergency and high-stakes environments, reflecting the FAA's commitment to operational excellence within its facilities.
    The document is a formal communication from Heather Scott, Manager of the Administrative Payment Branch at the Federal Aviation Administration (FAA), dated March 14, 2022. It serves to clarify the FAA's tax exemption status as a federal agency, stating that they do not possess a sales tax number because they are exempt from paying sales tax. To support this status, the document includes a reference to an attached signed W-9 form that verifies their tax exemption for the recipient's records. Heather Scott invites further inquiries by providing her contact information, including a phone number and email address. The purpose of this correspondence is to facilitate understanding and compliance regarding the FAA's exempt status in relation to sales tax obligations, particularly relevant to businesses interacting with federal agencies during procurement processes, grants, or requests for proposals (RFPs).
    The document outlines the attendance from a site visit for the QPK HVAC Replacement project, scheduled on April 24, 2025, with bids due by May 8, 2025. It includes a roster of attendees representing various subcontractors and companies involved in the bidding process. Notable participants include representatives from Legacy Mechanical Inc., Dynalectric Colorado, Tata Express Services LLC, and Budget HVAC, among others. The attendance indicates a collaborative interest in the HVAC replacement project, essential for ensuring competitive bidding as part of the federal contracting process. This site visit, as part of the Request for Proposal (RFP) process, demonstrates compliance and engagement from potential contractors who will be expected to follow through with project requirements. The structure is straightforward, listing attendees alongside their contact details and associated companies, highlighting the project's collaborative nature and the importance of thorough contractor involvement in federal projects.
    The Request for Information (RFI) document outlines the details for the HVAC Replacement project (697DCK-25-R-00183) at the QPK site, including key dates for site visits, bid submission, and contractor responsibilities. The Federal Aviation Administration (FAA) confirms that the contractor must provide a refrigerant disposal certificate and that the project is tax-exempt. Key specifications include the reuse and cleaning of existing ductwork, the necessity for temporary cooling units, and the contractor's responsibility for minor electrical disconnections and connections. The FAA highlights that approximately 70 LED light fixtures will be replaced and there's a need for ceiling tile replacement in two areas. Additionally, concerns about the installation space around the chillers were addressed, with the contractor tasked to manage any obstructions. The document emphasizes safety planning and quality assurance, requiring ongoing QA/QC processes without a specific plan but mandating a safety plan. The site visit attendance and supplemental attachments regarding tax exemption and site attendance were also included. This RFI serves as a foundational document for contractors bidding on the project, ensuring all parties understand the scope and requirements for compliance and execution.
    The QPK ARSR HVAC Replacement project near Aurora, CO, aims to upgrade the heating, ventilation, and air conditioning systems at an operational facility. The selected contractor will be responsible for the demolition of existing units, including two HVAC systems and a wall-mounted VPAC, while ensuring that operations are not disrupted. The project requires the installation of two new 15-ton packaged HVAC units, a mini-split system, and a new wall-mounted VPAC, all adhering to FAA specifications and guidelines. Key tasks include coordinating work schedules that respect FAA operations, proper disposal of old equipment, and compliance with safety standards set by OSHA and FAA. The contractor must provide maintenance equipment for ongoing upkeep of the new systems and deliver training to FAA personnel on the newly installed equipment. The project is expected to be completed within 60 days, with extensive safety measures and documentation required throughout the construction phase. Effective site management and coordination with FAA representatives are critical to ensuring timely progress without interfering with operational functionality.
    The provided document is a General Wage Determination for building construction projects in Arapahoe County, Colorado, effective from February 7, 2025. It outlines the prevailing wage rates and fringe benefits for various labor classifications under the Davis-Bacon Act, addressing contracts that cover projects above four stories. The document stipulates minimum wage rates based on recent executive orders, with rates starting at $17.75 per hour for work after January 30, 2022, and $13.30 for contracts awarded between January 2015 and January 2022, unless renewed after the later date. Key labor classifications include carpenters, electricians, and plumbers, with specific hourly wage rates and fringe benefits listed. The document also emphasizes contractor obligations for classification conformance and outlines protections under Executive Orders, including paid sick leave and advantages for workers. It details a structured appeals process for challenging wage determinations and encourages transparency in wage payments. Overall, the wage determination serves to ensure fair labor standards and compliance on federal projects, reflecting the government's commitment to worker protections and equitable pay in the construction sector.
    Lifecycle
    Title
    Type
    QPK HVAC Replacement
    Currently viewing
    Solicitation
    Similar Opportunities
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    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.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.