Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
ID: FA480026B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for Project MUHJ 24-4024 outlines the repair and renovation of Military Working Dog (MWD) Kennels at Facility 1030, Joint Base Langley-Eustis (JBLE) - Langley, Virginia. The primary goal is to upgrade the facility to current standards, addressing critical issues such as inadequate HVAC systems that cause odor and health concerns. The project involves a complete overhaul of the existing HVAC with a Dedicated Outside Air System (DOAS), requiring the installation of three-phase power. Additionally, interior kennel structures will be reconfigured to expand individual cells to meet square footage requirements. The contractor must phase the project according to the Phasing Plan G-002, ensuring one phase remains operational while the other is under construction. Key requirements include providing qualified program management personnel with expertise in project design, estimating, quality control, construction, and financial management. Subcontractor management and a comprehensive Quality Control Plan are also mandatory. All work must adhere to a detailed list of applicable building codes and regulations, with the most stringent requirements applying in case of conflicts.
    This document, General Decision Number: VA20250022, issued on September 19, 2025, sets prevailing wage rates for building construction projects in Hampton County, Virginia. It outlines minimum wage requirements for federal contracts under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for 2025, with annual adjustments. The document also lists specific wage rates and fringes for various trades such as Asbestos Worker, Boilermaker, Electrician, Elevator Mechanic, and Power Equipment Operator. It details requirements for paid sick leave under Executive Order 13706 and provides guidance on how to appeal wage determinations. The publication includes identifiers for union, union average, survey, and state-adopted rates, ensuring compliance with federal labor standards.
    The document outlines the structural design and construction requirements for repairing the Military Working Dog Kennels Facility 1030 at Joint Base Langley-Eustis. It details design criteria for snow, wind, and seismic loads, adhering to Unified Facilities Criteria (UFC-1-200-01). The file specifies materials and construction methods for foundations, cast-in-place concrete, concrete masonry, post-installed anchors, and structural steel. Key aspects include soil bearing pressure requirements, concrete compressive strengths, masonry unit specifications, and anchor installation guidelines. The project emphasizes coordination between various engineering disciplines, adherence to detailed shop drawing submittal processes, and strict quality control measures to ensure the structural integrity and longevity of the facility.
    This document details the mechanical calculations for repairing Military Working Dog Kennels at Joint Base Langley-Eustis, Facility 1030, project MUHJ 24-4024. It specifies an outside air requirement of 12 air changes per hour for the kennel areas, resulting in a total ventilation of 3,184 CFM for Kennel 01 (1,704 CFM) and Kennel 02 (1,480 CFM). The report includes comprehensive cooling and heating load calculations by component for both kennels and the overall Dog Kennels zone, as well as an Office Space (NIS) zone. It also outlines the design specifications for a Dedicated Outdoor Air System (DOAS) with cooling and heating coils and fans, providing total capacities, airflows, and efficiency data for both cooling and heating cycles. The calculations were performed using TRACE 3D Plus 6.10.289 on August 15, 2024.
    This government file details the specifications for repairing Military Working Dog Kennels at Facility 1030, Joint Base Langley-Eustis, Hampton, Virginia. The document, dated July 22, 2025, provides extensive technical data, cut sheets, and wiring diagrams for a direct outdoor air system (DOAS-1, Model VX-212-20I-1-D2). Key specifications include unit performance, cooling and heating capacities (275 MBH cooling, 65.6 kW electric heating), motor details, and electrical requirements (208V/60/3 power supply). The unit features double-wall construction, R13 foam insulation, corrosion-resistant fasteners, and a Permatector finish. Control features include full factory control, BACnet MSTP BMS protocol, and various monitoring points for temperature, humidity, and pressure. The document also outlines fan performance, compressor details, refrigerant information (R-454B), and safety considerations for A2L refrigerants. Isometric and overview drawings, along with detailed wiring diagrams and a Modbus/BACnet points list, are included to guide installation and system integration. This comprehensive file ensures compliance with ASHRAE 90.1 and provides all necessary information for the repair and operation of the kennel HVAC system.
    ECS Mid-Atlantic, LLC conducted a Hazardous Materials Survey for the MUHJ 24-4024 JBLE Facility 1030 – Repair Military Working Dog Kennels renovation project in Hampton, Virginia. The survey assessed the presence of asbestos-containing materials (ACMs), lead paint, and mold. No asbestos was detected in the sampled materials. However, detectable concentrations of lead were found in paint on metal pipes, an air compressor unit, exterior metal doors, exterior metal window sills, and exterior metal gutters. Visible mold and moisture impact were identified on drywall ceilings in the central kennel room. Recommendations include sampling any newly discovered suspect ACMs, adhering to OSHA lead-in-construction requirements for disturbing lead-containing paint, and removing/replacing mold-impacted drywall with proper containment and air purification.
    The document outlines submittal requirements for the "Repair Military Working Dog Kennels Facility 1030 Langley AFB, VA" contract. It details various types of documentation needed across different construction phases, from preconstruction to closeout. Key submittal categories include Material Safety Data Sheets (MSDS), recycling reports, affirmative procurement reports, work clearance requests, quality control reports, and property transfer forms. The project requires extensive documentation for materials, equipment, testing, and certifications across numerous disciplines like concrete, masonry, steel, wood, insulation, roofing, doors, windows, flooring, painting, HVAC, plumbing, and electrical systems. Specific requirements cover product data, shop drawings, test reports, samples, manufacturer's instructions, and operation/maintenance data, with an emphasis on environmental compliance, safety, and quality assurance.
    The document outlines the
    The solicitation FA480026B0001 is for the repair of the Military Working Dog (MWD) Kennel Interior, Facility 1030, at Joint Base Langley-Eustis (JBLE), VA. The project, estimated between $1,000,000.00 and $5,000,000.00, involves replacing the existing HVAC system with a Dedicated Outside Air System (DOAS) and expanding individual kennel cells to meet design guide requirements. This includes installing three-phase power to the building. Key dates include a Pre-Bid Site Visit on January 6, 2026, and a deadline for Pre-Bid Questions by January 9, 2026. Offers are due by January 22, 2026, at 2:00 PM local time, with a performance period of 180 calendar days after receiving notice to proceed. The solicitation incorporates various FAR and DFARS clauses, including those related to the Buy American Act, prompt payment, and limitations on subcontracting for small businesses.
    Similar Opportunities
    Commercial Kennels/Boarding Military Working Dogs
    Buyer not available
    The Department of Defense, through the Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), is seeking vendors capable of providing kenneling and boarding services for 10 to 20 Military Working Dogs over a period of 24 to 48 months, with a requested start date of December 1, 2025. The facilities must be located within the immediate vicinity of Quantico, Virginia, and must meet specific requirements, including a minimum run size of 8x8, 24/7 access for military personnel, and no shared areas with other pets. This Request for Information (RFI) aims to gather industry feedback on capabilities, barriers to competition, and pricing structures, among other considerations. Interested vendors must submit their responses by 12:00 PM EST on November 13, 2025, via email to hal.d.jones@usmc.mil and sharon.palustre@usmc.mil, with submissions limited to four pages and including essential business details and responses to the RFI questions.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 10, 2025.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, VA. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge Amendment 0001 and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Buyer not available
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (AE) firms to provide comprehensive services for the renovation and replacement of the Animal Lab AC-3 at the Brooklyn Veterans Affairs Medical Center. The project, designated as Project No. 630A4-26-101, involves a gut renovation of approximately 6,500 square feet, HVAC system replacement, and the identification of swing space, all while adhering to VA and industry standards. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $5 million to $10 million. Interested firms must be VA-verified SDVOSBs, registered in SAM, and located within a 300-mile radius of Brooklyn, NY, with submissions due by January 12, 2026. For further inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov or call 934-221-8574.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.