This Statement of Work (SOW) outlines the requirements for a Blanket Purchase Agreement (BPA) for Heating/Ventilation/Air Conditioning (HVAC) system assessment and repair services at Joint Base San Antonio (JBSA) Lackland, Randolph, Fort Sam Houston, and Camp Bullis, Texas. The contractor must provide all necessary materials, tools, equipment, personnel, and supervision. Services include assessing and repairing Air Handler Units, Fan Coil Units, Water Source Heat Pumps/Split Systems, Chiller Leak Assessments, and Variable Refrigerant Flow (VRF) Systems. The contractor must be bonded and licensed in Texas, and technician(s) must hold current EPA Section 608 certifications. Specific repair procedures are detailed in appendices for each system type. The government will provide police, fire, and medical emergency response, as well as electricity, water, and sewage. The contractor is responsible for furnishing all parts and materials, maintaining quality control, ensuring safety, and protecting government property. Normal operating hours are 7:30 a.m. to 4:15 p.m., Monday through Friday, excluding federal holidays. The contractor must obtain installation access badges for personnel and is responsible for cleanup of work areas.
This document is a U.S. Department of Labor Wage Determination for service contracts in specific Texas counties, including Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, and Wilson. It outlines required fringe benefits, hourly wage rates for over 200 occupations across various fields like administrative support, automotive service, healthcare, and IT, and details paid leave, holidays, and uniform allowances. The determination also addresses Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage for federal contractors. Special provisions for computer employees and air traffic controllers/weather observers are noted, along with hazardous pay differentials. It also describes the conformance process for unlisted occupations, ensuring fair compensation for all employees.
This document, Schedule B: Attachment 3, outlines the Joint Base San Antonio (JBSA) HVAC BPA Price List, detailing a comprehensive list of HVAC parts and services required for federal government RFPs. The price list includes various components such as Sharkbite and Xpress fittings, motors, actuators, thermostats, fuses, air filters, refrigerants, coil cleaners, and a wide array of compressors and sensors from brands like GE, Fasco, Trane, Daikin, and McQuay. The agreement specifies that prices and rates are valid for one year from the BPA Award date, with the current list valid from February 1, 2026, through January 31, 2027. Contractors must provide two-decimal unit prices for all items, and the hourly labor rate must cover all associated costs as per the Statement of Work (SOW). The document emphasizes a “brand name or equivalent” requirement, allowing for compatible equivalent items. Unit prices must include all delivery and performance costs. Only quotes with unit pricing for all listed line items will be considered.
This Performance Work Statement outlines the requirements for a Heating/Ventilation/Air Conditioning (HVAC) Blanket Purchase Agreement (BPA) for Joint Base San Antonio, Texas. The contractor will provide all necessary materials, tools, equipment, personnel, and supervision to assess and repair HVAC systems at JBSA Lackland, Randolph, Fort Sam Houston, and Camp Bullis. Services include assessment and repair of Air Handler Units, Fan Coil Units, Water Source Heat Pumps/Split Systems, Chiller Leak Assessments, and Variable Refrigerant Flow Systems. The contractor must be bonded, licensed in Texas, and employ certified technicians. Key requirements include a quality control system, adherence to safety standards, and specific hours of operation. The government will provide police, fire, and medical emergency response, escorts for controlled areas, and essential utilities. The contractor is responsible for furnishing all parts and materials, protecting government property, and performing clean-up. Access to the installation requires specific identification and background checks.
This Request for Quotation (RFQ) FA301626Q0006 is a combined synopsis/solicitation for a multiple-award Blanket Purchase Agreement (BPA) for HVAC Assessment and Repairs at Joint Base San Antonio (JBSA) Lackland, Randolph, Fort Sam Houston, and Camp Bullis. The solicitation is restricted to Small Business concerns under NAICS code 238220 with a size standard of $19,000,000.00. The Government intends to award up to three BPAs with a five-year ordering period from February 1, 2026, to January 31, 2031. The BPA master limit is $250,000.00 per year, and the call order limit is $25,000.00. Quotes are due by January 22, 2026, at 1:00 PM CST, and questions must be submitted by January 15, 2026, at 10:00 AM CST. Award will be based on the Lowest Priced, Technically Acceptable (LPTA) process, evaluating technical capability, contractor licenses, and certifications.
The Department of the Air Force's 502D Air Base Wing is issuing a sources sought notice for Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The government intends to procure these services through a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031. The scope of work includes providing management, tools, equipment, and labor for assessments and repairs on various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems, across JBSA Lackland, Randolph, Fort Sam Houston, and Camp Bullis. Contractor personnel must include a licensed Texas Air Conditioning and Refrigeration Contractor, and all technicians must be EPA-certified. The notice requests information on company size, socioeconomic designations, capabilities, past performance, questions based on a draft PWS, preferred NAICS codes (with 561210 - Facilities Support Services being the intended code), and SAM.gov and WAWF registration status. This is for market research and planning purposes only and does not constitute a solicitation.