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
    Dept Of Defense
    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.
    20155314 Kenneling for LALB
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for professional kenneling services to house and care for 25-35 CBP-owned canines at a secure facility in Los Angeles, California. The contractor will be responsible for providing secure housing, daily feeding, sanitation, emergency veterinary care coordination, and 24/7 access for CBP personnel, all in compliance with the Animal Welfare Act and the National Canine Enforcement Program Handbook. This contract, valued between $10,000 and $1,800,000 over a five-year period, will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, with proposals due by January 8, 2026, at 3:00 p.m. PST. Interested parties can contact Chris Patao at christopher.patao@cbp.dhs.gov for further information.
    Draft IFB Simplified Acquisition of Base Engineering Requirements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the Simplified Acquisition of Base Engineering Requirements (SABER) at Joint Base Langley-Eustis, Virginia. This procurement aims to establish two firm-fixed price Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a wide range of maintenance, repair, and construction work, with a total program ceiling of $320 million over a base year and seven option years. The contracts will be awarded through competitive procedures, prioritizing the lowest price, responsible offeror, and are set to be solicited on or about March 2, 2026. Interested parties should direct their questions and comments regarding the draft Invitation for Bid (IFB) to M. Joy de Lande or Chanda Jarmon by January 23, 2025, at 2:00 PM EST.
    SP-POL-SRM-FY26-JBLE- Repair POL Operations and Fuel Facilities Buildings 741 and 744
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair of POL Operations and Fuel Facilities Buildings 741 and 744 at Langley Air Force Base, Virginia. The project involves significant renovations to Building 741, which includes upgrading HVAC systems, electrical and plumbing infrastructure, and replacing fire alarm systems, while Building 744 will be demolished and replaced with a new Fuels lab that includes laboratory spaces and office areas. This procurement is crucial for maintaining operational efficiency and safety in fuel management operations, with an estimated contract value between $5 million and $10 million and an anticipated award date of March 30, 2026. Interested parties should submit their sources sought information to Timothy Boyte at timothy.b.boyte@usace.army.mil and Brandon Hobbs at brandon.s.hobbs@usace.army.mil.
    37th Training Wing Defense Language Institute English Language Center (DLIELC) HVAC Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for HVAC repairs at the 37th Training Wing Defense Language Institute English Language Center (DLIELC) located at Joint Base San Antonio - Lackland, Texas. The project involves multiple HVAC repairs for two technical training facilities, including the replacement of deteriorated systems and energy upgrades to comply with Executive Order 13834, aimed at enhancing HVAC reliability and reducing operational costs. The estimated construction cost for this project ranges between $1,000,000 and $5,000,000, with a project duration of approximately 400 calendar days. Interested parties are encouraged to contact Octavia Gregory at octavia.e.gregory@usace.army.mil or Lindsay M. Chvilicek at Lindsay.M.Chvilicek@usace.army.mil to express their capabilities in handling this contract.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines, including onsite seizure assistance, transportation, daily care, veterinary treatment, and disposal services. This procurement is critical for the management of canines remanded to USMS custody, ensuring their welfare and compliance with federal regulations throughout the process. The contract will have a base period from February 27, 2026, to February 26, 2027, with five optional extension years, culminating in a total potential duration of 66 months. Interested vendors must submit their proposals by January 2, 2026, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA--CON NRM 668-22-105 Upgrade AHU-09/15 Mechanical Systems FY26 Tier 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "Upgrade AHU-09 and 15 Mechanical Systems" project at the Mann-Grandstaff VA Medical Center in Spokane, WA. This procurement is a 100% Small Business set-aside, requiring contractors to upgrade the mechanical systems, including the replacement of air handling units, electrical components, and ductwork, all to be completed within 365 calendar days. The project is critical for enhancing the facility's HVAC systems, ensuring compliance with health standards, and improving patient care environments. Proposals are due by 10:00 AM PST on January 26, 2026, and must be submitted via email to Quyen.Mai@va.gov, with an estimated project magnitude between $1,000,000 and $2,000,000.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, 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 timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Update HVAC Building 1281
    Dept Of Defense
    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.