HVAC PREVENTATIVE MAINTENANCE AGREEMENT
ID: N00173-26-Q-1301287888Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Defense, through the Naval Research Laboratory (NRL) in Washington, D.C., is seeking quotations for a total small business set-aside HVAC Preventative Maintenance Agreement. This contract requires the selected contractor to provide comprehensive quarterly preventative maintenance services for various HVAC units, including Chilled Water Air Handlers and Direct Expansion units, ensuring adherence to OEM and industry standards. The importance of this procurement lies in maintaining critical infrastructure, with services including operational checks, component inspections, and secondary deionized water loop testing. Interested vendors must submit their quotations by the specified deadline and can direct inquiries to James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Research Laboratory (NRL) in Washington D.C. requires a preventative maintenance agreement for its HVAC equipment, which supports critical infrastructure. The contractor will provide all labor, transportation, materials, and supplies for quarterly preventative maintenance services on various HVAC units, including Chilled Water Air Handlers, Direct Expansion (DX) units, and two 1350 kW Coolant Distribution Units with secondary deionized water loops. Services will be performed during normal business hours (8:00 AM to 5:00 PM, Monday-Friday) and must adhere to OEM and industry standards. The contract spans one year. Detailed services include checking unit operations, inspecting components for wear and leaks, cleaning, lubricating, and testing various controls and systems. Additionally, secondary deionized water loop testing involves sampling for pH, conductivity, TDS, hardness, and biocide. Upon completion of each service visit, the contractor must submit a written report within five business days, detailing services performed, test results, equipment deficiencies, system status, and recommendations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AIR HANDLING UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of an Air Handling Unit. This contract requires the manufacture and supply of the Air Handling Unit, adhering to specific design and quality assurance standards, including compliance with MIL-STD-130 for marking and documentation. The Air Handling Unit is critical for maintaining air quality and environmental control in naval facilities, ensuring operational readiness and safety. Interested vendors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.A.DIEHL.CIV@US.NAVY.MIL for further details, and are encouraged to submit their proposals promptly as the procurement process is underway.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    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.
    USCGC Healy Chill Water Plant Assessment
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a chill water plant assessment for the CGC Healy in Seattle, Washington. The contractor will be responsible for disassembly, inspection, repair, modification, calibration, testing, assessment, and reassembly of the chill water/air conditioning systems aboard the vessel. This assessment is crucial for maintaining the operational integrity of the CGC Healy's cooling systems, ensuring they function effectively during missions. The contract is a total small business set-aside under NAICS code 238220, with a performance period from December 27, 2025, to January 4, 2026. Interested parties should submit their proposals electronically to the designated contacts, Sean McTague and Jason Garris, by the specified deadline, ensuring compliance with all outlined requirements and regulations.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Dept Of Defense
    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.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    41--AIR CONDITIONER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of air conditioners, specifically NSN 4120016703650. The requirement includes a total of ten units, with delivery to the Naval Medical Readiness Logistics Command expected within 90 days after order placement. These air conditioning units are critical for maintaining operational readiness and comfort in military medical facilities. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    DH-AC Unit Rental
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide the rental of seven high-capacity dehumidifying and air conditioning units. These units must meet specific requirements, including a minimum cooling capacity of 25 tons and an airflow capacity of at least 5000 cubic feet per minute, and must be skid-mounted with certified lifting points for safe handling. This procurement is critical for supporting mission-critical environmental control operations at the facility, with a rental duration of 12 months and an option for an additional year. Interested parties must submit their capability statements by 08:00 AM HST on January 5, 2026, and can direct inquiries to Meagan Wong at meagan.o.wong.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.
    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 located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.