HVAC Assessment and Repair Services
ID: FA301626Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, 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, specifically the Department of the Air Force, is seeking qualified small businesses to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA) locations, including Lackland, Randolph, Fort Sam Houston, and Camp Bullis in Texas. The procurement will be established as a multiple award Blanket Purchase Agreement (BPA), with the intention to award up to three contracts over a five-year period from February 1, 2026, to January 31, 2031, with a maximum annual limit of $250,000 and a call order limit of $25,000. Interested contractors must submit their quotes by January 22, 2026, and direct any questions to the primary contact, Bismark Badu, at bismark.badu.3@us.af.mil, by January 15, 2026. The selection process will follow a Lowest Priced, Technically Acceptable (LPTA) evaluation method, focusing on technical capability and compliance with licensing and certification requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LAK/RND Fire Suppression Maintenance & UV Systems Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fire Suppression Maintenance and UV Systems Maintenance Services at Joint Base San Antonio (JBSA) Lackland and Randolph, Texas. The contract, valued at approximately $12.5 million, encompasses a range of services including semi-annual maintenance, hydro-static testing, parts replacement, and quarterly inspections of UV systems, with a performance period extending from March 2026 to September 2030. This procurement is critical for ensuring the operational readiness and safety of fire suppression systems across multiple installations. Interested small businesses must submit their proposals by January 14, 2026, at 10:00 AM CST, and are encouraged to attend a site visit on January 6, 2026, with prior confirmation required by December 29, 2025. For further inquiries, contact Teresa Calavera Sullivan at teresa.calavera@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking proposals for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) for various Air Force and Space Force Bases across the continental United States, Alaska, and Hawaii. The contract, which is a firm-fixed-price, single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) vehicle, aims to enhance HVAC system performance and energy efficiency through expert analysis, minor repairs, and test and balancing procedures, with a maximum value of $9.7 million over a five-year ordering period from March 2026 to March 2031. Interested small businesses must comply with stringent cybersecurity requirements and submit their proposals by February 4, 2026, to be considered for this opportunity. For further inquiries, potential bidders can contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Mr. Tommy Leos at tommy.leos.2@us.af.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    SF VA MEDICAL CENTER RTAC UNITS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of rooftop air conditioning units and associated components for the San Francisco VA Medical Center. The requirement includes various YORK or equivalent AC units, such as 7.5-ton, 4-ton, and 8.5-ton R-454B heat pumps, along with economizers and protective coatings, necessitating the removal and disposal of existing units and crane services for delivery. This procurement is critical for maintaining the facility's climate control systems, ensuring a comfortable environment for veterans receiving care. Interested vendors must submit their proposals by January 9, 2026, at 1500 PST, and direct any inquiries to Victoria Torres at victoria.torres@va.gov by December 29, 2025, at 1100 PST.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    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.
    Air-Conditioning
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    Blanket Purchase Agreement (BPA ) for Chiller Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, intends to establish three Blanket Purchase Agreements (BPA) for the maintenance and repair of air conditioning chillers. The selected contractors—Daikin Applied America’s Inc., Brady Trane Services Inc., and Johnson Controls Air Conditioning and Refrigeration Inc.—will provide essential services under the authority of FAR Part 13.303, focusing on commercial products and services. This BPA is crucial for ensuring the operational efficiency of refrigeration and air conditioning systems, which are vital for maintaining a comfortable and functional environment in military facilities. The BPA will have a five-year ordering period, with the award expected on or about March 1, 2026. For further inquiries, interested parties may contact Christine Butler at christine.w.butler2.civ@us.navy.mil.
    Request for Lease Proposals (RFLP)Joint Base San Antonio (JBSA), TX
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Lease Proposals (RFLP) for qualified entities to lease non-excess parcels of land at Joint Base San Antonio (JBSA), Texas, for private commercial use. The objective of this procurement is to optimize the use of real property assets in accordance with federal policies, allowing the government to lease land in exchange for cash or in-kind consideration that reflects fair market value. This initiative is crucial for enhancing the operational capabilities of the installation while ensuring compatibility with military operations. Interested offerors should direct inquiries to Jeff Blankenship at Jeffrey.blankenship.2@us.af.mil or Lulia A. Cantrell at julia.cantrell@us.af.mil, with proposals due as specified in the solicitation documents.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.