HVAC System
ID: FA910125QB038Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

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 soliciting quotes for an HVAC system under solicitation number FA9101-25-Q-B038, targeting small businesses. The procurement aims to provide a high-velocity HVAC system essential for maintaining operational temperature ranges during rocket sled testing at Holloman Air Force Base in New Mexico. This system must meet specific military standards for performance and durability, ensuring reliable operation in challenging desert conditions. Interested vendors must submit their quotes by April 16, 2025, at 10:00 a.m. MST, and comply with all necessary provisions, including registration in the System for Award Management (SAM). The total contract value is estimated at $19,000,000, with delivery required within 60 days post-award. For further inquiries, vendors may contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is issuing a Request for Quote (RFQ) for an HVAC system under solicitation number FA9101-25-Q-B038. This acquisition solely targets small businesses and utilizes the NAICS code 238220 for plumbing, heating, and air conditioning contractors. The document outlines that vendors must adhere to specific provisions and clauses, including providing a completed Offeror Representations and Certifications form and being registered in the System for Award Management (SAM) to qualify for the award. Key evaluation criteria emphasize the Lowest Price Technically Acceptable (LPTA) method for quote assessment, focusing on the total evaluated price and technical acceptability of submissions. Vendors are required to submit their quotes via email by the deadline of April 16, 2025, at 10:00 a.m. MST, including all necessary documentation and price details for the specified HVAC system. The contract will be awarded to the vendor whose quote best represents both price and compliance with the requirements. Additionally, the delivery of the HVAC system must be completed within 60 days post-award. This solicitation reflects a strategic procurement approach aimed at ensuring quality and cost-effectiveness while supporting small business participation in federal contracting.
    The document outlines the requirements for a high-velocity HVAC system requested by the 846th Test Squadron, part of the 704th Test Group at Holloman Air Force Base. The system is essential for maintaining operational temperature ranges for equipment during rocket sled testing in a desert environment. Key specifications include a packaged unitary design capable of heating, cooling, and dehumidifying, installed on a transportable trailer. The system must operate efficiently under varying ambient conditions and be compliant with military standards for shock, vibration, and electromagnetic interference. It should provide precise temperature control within a designated cockpit range, equipped with specific cooling and heating capacities, and include features to prevent sand damage. The contractor needs to deliver the system within 60 days of the award and report to a designated contact at the base. This RFP emphasizes the government's commitment to equipping testing facilities with advanced, reliable technology for future defense applications.
    The document is a solicitation for a contract specifically targeted at Women-Owned Small Businesses (WOSB) for providing a portable HVAC system. The federal acquisition, referenced under solicitation number FA910125QB038, outlines the contractor's responsibilities, including supply delivery, inspection and acceptance procedures, payment methods, and specific compliance with the Federal Acquisition Regulation (FAR) clauses. The total award amount for this contract is $19,000,000, with a delivery timeframe of 60 calendar days following the date of award. The document emphasizes required clauses involving small business regulations, such as encouraging the utilization of small businesses and adherence to environmental standards. Additionally, it mandates that contractors comply with various federal regulations, including those regarding labor standards and trafficking in persons. The solicitation underscores the government's intention to engage WOSB while maintaining strict oversight to ensure regulatory compliance, thus facilitating a transparent and competitive procurement process.
    The document is a Q&A regarding the HVAC system related to the federal project FA910125QB038. The main inquiries focus on the electrical specifications and system requirements for heating and cooling. The first question addresses the generator's site voltage and phase, with a reference to an attached data plate providing the relevant details. The second question discusses the feasibility of using heat pumps versus other heating and cooling solutions. It indicates that while heat pumps are preferred, alternative systems that meet the necessary temperature control requirements would also be acceptable. This document serves to clarify technical requirements for contractors participating in the bidding process for HVAC installation, emphasizing flexibility in solution design as long as performance meets project needs.
    The 704th Test Group, specifically the 846th Test Squadron, requires the development of a high-velocity HVAC system for testing aircraft systems at the Holloman High Speed Test Track. This system must maintain operational temperatures for equipment utilized in rocket sled tests, providing both heating and cooling capabilities while withstanding desert conditions and potential sand contamination. Key specifications include the delivery of a packaged unitary system with 1.5 tons of cooling demand and 18,000 BTU/hr heating demand, featuring ruggedized components to ensure shock and vibration resistance. The system should operate independently with remote sensors and comply with various military standards, including environmental control and electromagnetic interference specifications. The project demands timely delivery within 60 days of a purchase order and includes all necessary documentation. This RFP reflects a critical procurement effort to enhance testing capabilities crucial for military readiness.
    The Air Force Test Center’s Installation Contracting Division at Holloman Air Force Base, New Mexico, is soliciting information from businesses capable of providing an HVAC System. This Sources Sought Notice aims to ascertain the availability and technical capabilities of both small and large businesses to fulfill this requirement. It is not a request for quote and does not create any obligations for the government or the respondents. Interested parties are requested to submit their company information, including their System for Award Management (SAM) Unique Entity Identifier (UEI) Number, technical specifications for the HVAC equipment, and projected delivery timelines upon order confirmation. Responses must be submitted by 3:00 PM MDT on April 4, 2025, via email, as verbal responses will not be accepted. The anticipated NAICS code for this project is 238220, aligning with plumbing, heating, and air conditioning contractors. This notice serves as an exploratory step to identify potential vendors, ensuring the government can select qualified contractors for this significant operational need.
    Lifecycle
    Title
    Type
    HVAC System
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    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 16 air conditioners under solicitation number NSN 4120016281437. The requirement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the units to DLA Distribution within 149 days after order. These air conditioning units are critical for maintaining operational efficiency in various military settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    45--HEATER,VENTILATION,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 units of a heater and ventilation system, identified by NSN 4520002731255. This solicitation is classified under the NAICS code 333415, which pertains to Air-Conditioning and Warm Air Heating Equipment Manufacturing, and is crucial for maintaining operational readiness in military environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 91 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three air cooler units under solicitation number NSN 4130012186915. This procurement is a total small business set-aside, aimed at acquiring essential air-conditioning and refrigeration equipment for military use, which plays a critical role in maintaining operational efficiency in various environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For any inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with delivery expected within 113 days after order placement.
    41--PARTS KIT,AIR CONDI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Parts Kit for Air Conditioning, specifically NSN 4130015374404. The requirement includes a quantity of 87 units to be delivered to DLA Distribution Red River within 161 days after order placement. This procurement is critical for maintaining operational readiness and ensuring the functionality of air conditioning systems within military facilities. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the provided email address, DibbsBSM@dla.mil.