3 Ton Heat Pump
ID: FA303024Q0044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide and install a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves the removal of an existing unit and installation of a new wall-mounted heat pump, adhering to specified technical requirements outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining operational efficiency in training environments, ensuring reliable climate control for personnel and equipment. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallos_mateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.

    Files
    Title
    Posted
    The memorandum from the 17th Training Wing of the Department of the Air Force requests unescorted access for a non-ID card holding guest for a pre-quote site visit at Goodfellow Air Force Base. The access is specified for the contractor involved in a heat pump service with a pending RFQ. One individual, John Q. Public, requires access on September 18, 2024, for one hour. The document emphasizes that all visitors must be briefed on the vehicle regulations on the base, including possessing a valid driver’s license, vehicle registration, and insurance. The pass for the visitor will be returned to the Visitor Control Center after the site visit. The memorandum is issued by Contract Specialist Juan S. Cevallos, providing his contact information for any further inquiries. This request aligns with regulatory procedures under federal grants and RFPs, ensuring controlled access to military installations for service-related purposes.
    This document outlines the required specifications for a 3 Ton Bard 11EER Heat Pump Wall Hung Unit (model W36HB-A00 or equivalent) intended for training environments. The key characteristics outlined include operational compatibility with 1-phase, 230V power supply, a thermostat, and a minimum cooling efficiency of 11.0 EER. Additionally, the unit should support both single and three-phase power options, feature a multi-speed indoor blower motor, adjust to maintain balanced climate control, and utilize natural fiber insulation that is non-fiberglass. These specifications aim to ensure the reliability and efficiency of the heat pump in prolonged use scenarios. The purpose of this document is to guide vendors in meeting the necessary requirements for government procurement in line with federal grant and RFP protocols.
    The Statement of Work outlines the requirements for the installation of a 3-ton heat pump unit at the Louis F. Garland Fire Training Academy, Goodfellow AFB, TX. The contractor is responsible for providing all necessary personnel, equipment, and materials for the installation, which includes removing the old unit and ensuring the new one integrates with existing systems. Key considerations include personnel identification, quality control, compliance with security protocols, and adherence to local regulations. Contractors must comply with federal and state environmental laws, including waste management and hazardous waste disposal regulations. Security access procedures are detailed, highlighting the importance of background checks and the potential for access denial based on criminal history. The contractor is also responsible for safeguarding government property during the project. The performance period for installation is capped at 90 days, with normal working hours specified. Following installation, a final inspection with government personnel is required, and the contractor must warranty the heat pump for at least 12 months. This document serves as a formal guide for contractors to ensure work quality, environmental compliance, and safety protocols during the installation process at a military facility.
    The document provides responses to inquiries regarding a 3 Ton Heat Pump, as part of a government-related project or RFP. Key information includes that the heat pump operates on a single phase and is not a split unit but a wall package. The voltage requirements for the unit are confirmed to be 208/230. Additionally, visual documentation, including pictures of the Trainer and wiring, has been included. This file serves to clarify technical specifications and operational details to potential contractors or stakeholders involved in the procurement process of this heating system, ensuring they have the necessary information to comply with project requirements and technical standards. The answers aim to facilitate understanding and assist in the decision-making process, vital for the successful execution of the project associated with this RFP.
    The document outlines specifications for a three-ton air conditioning unit designed for outdoor use, particularly by the U.S. Air Force as part of a federal procurement. Key details include electrical characteristics such as voltage range (197 to 253 VAC) and frequency (60 Hz), alongside specifics on components like motors and heaters, with maximum capacities and minimum circuit ampacities provided. The unit comes pre-charged with R-410A refrigerant and has design pressures outlined for safe operation. It is manufactured by Airxcel, Inc. and adheres to several certification standards, indicating compliance with safety and performance regulations. Clearances from combustible materials and duct outlets are specified to ensure proper installation and function. The document serves as a technical guideline for potential bidders or contractors responding to federal RFPs, emphasizing the importance of meeting defined standards for military-grade HVAC systems in relation to operational efficiency and safety.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to procure a 3 Ton Heat Pump with installation services for the U.S. Air Force. The requisition number FA303024Q0044 highlights the key details, including the offer due date of September 23, 2024, and the effective communication contacts for inquiries. The procurement method is delineated, focusing on support for small businesses, particularly economically disadvantaged women-owned entities. The solicitation specifies a requirement for the equipment and installation services, adhering to specifications outlined in the Statement of Work. It details the schedule, quantity, pricing structure, and the importance of unique item identification for government acquisitions. Significant clauses related to compliance, including various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, are incorporated by reference, ensuring adherence to regulatory standards. This document is essential for the contracting process, ensuring transparency and clarity in the solicitation for commercial products and services, fostering engagement with small businesses in government contracting and promoting economic inclusivity.
    This document serves as an amendment to a solicitation under federal procurement procedures, specifically extending the deadline for offers and introducing important updates. The key points include a scheduled site visit on September 18, 2024, at 10:00 AM CDT, and a deadline for questions related to the solicitation, which must be submitted by September 19, 2024, at 12:00 PM CDT. The document outlines the procedures for acknowledging receipt of the amendment and the implications of not following these protocols, indicating that failure to do so may lead to rejection of offers. Additionally, it discusses the administrative changes not altering the core conditions of the original solicitation. The importance of proper communication and adherence to timing is highlighted, showcasing the structured process typical in federal RFPs and grants to ensure clarity and compliance among contractors.
    The document is an amendment to a solicitation related to a federal contract, specifically addressing changes and updates relevant to the Request for Proposal (RFP) identified as FA303024Q0044. The amendment extends the deadline for receipt of offers and mandates that contractors acknowledge receipt of the amendment using specified methods to ensure compliance and avoid rejection of their offers. Key modifications include the addition of a Questions and Answers attachment with pictures, and various attachments that outline the project requirements, such as salient characteristics, a statement of work, and answered questions. The amendment signifies the government's ongoing engagement in refining project specifications, thus ensuring that all parties have the necessary information to produce accurate and competitive offers. The comprehensive approach to documenting changes reflects the federal procurement system’s commitment to transparency, proper administration, and adherence to procedural requirements in its contracting processes.
    Lifecycle
    Title
    Type
    3 Ton Heat Pump
    Currently viewing
    Solicitation
    Similar Opportunities
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project involves the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive, a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or Melissa Hyslop at melissa.d.hyslop@usace.army.mil.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project entails providing all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, aligning with federal initiatives to promote small business participation in government contracts. Interested contractors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 24, 2024, at 5:00 PM Eastern Time. For further inquiries, potential bidders can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Portable 30 Ton AC Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Portable 30 Ton Air Conditioning Unit as part of a Combined Synopsis/Solicitation. The procurement requires that the unit meets specific technical specifications, including a minimum cooling capacity of 30 tons, electrical requirements of 480 VAC, and size limitations not exceeding 12 feet in width, 12 feet in length, and 6 feet in height. This equipment is crucial for maintaining operational efficiency at the facility, and the selected contractor must provide detailed technical proposals, including as-built drawings and operational manuals, along with a warranty period of at least one year against defects. Interested parties must ensure they are registered and active in the System for Award Management (SAM) and submit their signed proposals by September 23, 2024, at 10:00 AM Central Daylight Time. For further inquiries, contact Casey Pratt at casey.p.pratt.civ@army.mil or call 918-420-7407.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    40 Ton Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a 40-ton air-cooled water chiller under solicitation number FA9101-24-Q-B074. The project involves the removal of an existing chiller and the installation of a new Trane unit at the Arnold Engineering Development Complex (AEDC) in Silver Spring, Maryland, with a focus on standardization to enhance operational efficiency. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Andrew Waggoner or Robert Mosley via their provided email addresses.
    B18 Cooling Tower Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the inoperable cooling tower fan motor for Building 18 at Joint Base Anacostia-Bolling in Washington, D.C. This project is critical for maintaining cooling capabilities across twenty-six facilities on the base and ensuring system redundancy. The contractor will be responsible for the removal and installation of the motor using a crane, as well as ensuring proper disposal of old equipment and compliance with industry standards. Interested parties must submit their quotes by 4:00 PM EST on September 25, 2024, following a scheduled site visit on September 19, 2024, and are encouraged to direct inquiries to Pa'Shonna Rich at pashonna.rich@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    Brand Name Requirement - Trane CGAM-70 Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for the procurement of a Trane CGAM-70 air-cooled scroll packaged chiller under solicitation number FA282324Q0072. This requirement is a brand-name procurement aimed at acquiring a specific model of chiller to standardize HVAC systems, thereby enhancing operational efficiency and reducing training costs for maintenance personnel. The total award amount for this contract is approximately $19 million, with a delivery schedule set from September 23, 2024, to January 24, 2025. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Sierra Prindle at sierra.prindle.1@us.af.mil for further clarification.
    APC Schneider InRow Chillers and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three APC by Schneider InRow Chillers, along with installation, assembly, and startup services at Patrick Space Force Base in Florida. The contract involves the complete removal and replacement of the existing Local Area Network (LAN) Cooling System in a data center, ensuring a functional cooling system critical for data operations. Interested small businesses must submit their quotes by September 25, 2024, following a mandatory site visit on September 19, 2024, and are encouraged to contact Charles Cowart or Keona Franklin for further inquiries. The procurement is set aside for small businesses under NAICS code 238220, with a performance period of 10 working days post-equipment receipt.
    DRAFT: REPLACE CHILLERS AND PUMPS, B2326 (DB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of chillers and pumps at facility B2326. This procurement aims to enhance the efficiency and reliability of the HVAC systems, which are critical for maintaining operational environments. The project falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested parties should log in to https://piee.eb.mil and search for 'FA302024RM006' for further details, and can reach out to primary contact Lindsay Brown at lindsay.brown.10@us.af.mil or 940-676-4423 for inquiries.