ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

HAWAII COMPUTER ROOM AIR HANDLING REPLACEMENT

DEPT OF DEFENSE HC102826R0004
Response Deadline
Apr 1, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Information Systems Agency, within the Department of Defense, is seeking a contractor to replace two computer room air handling units and add aisle containment in Room 191 at its Hawaii data center. The work includes procurement, installation, testing, electrical modifications, controls integration, and project close-out for the CRAH replacement effort. The project calls for 10-ton marine-rated CRAH units with dual power capability and integration with existing building automation systems, and it is being evaluated on a lowest price technically acceptable basis with full inspection of performance under the quality assurance plan. The place of performance is Honolulu, Hawaii, the action is set aside for total small business, and the solicitation is due April 1, 2026 at 10:00 CST.

Classification Codes

NAICS Code
333415
Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
PSC Code
4120
AIR CONDITIONING EQUIPMENT

Solicitation Documents

16 Files
HC102826R0004 0001.pdf
PDF100 KBMar 9, 2026
AI Summary
Amendment 0001 to Solicitation HC102826R0004 extends the closing date for offers from March 17, 2026, to March 24, 2026, at 11:00 AM. The amendment also provides government responses to questions received during a site visit. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. This modification, issued by DISA/DITCO-SCOTT-PS83, falls under FAR (48 CFR) 53.243 and ensures all terms and conditions of the original solicitation remain in effect, except as modified herein.
encl02c_pws-HAW Rm 191 CRAH Rev 1.pdf
PDF425 KBMar 24, 2026
AI Summary
This document outlines the Performance Work Statement (PWS) for the replacement of two Computer Room Air Handler (CRAH) units and the addition of aisle containment in Room 191 of the Defense Information Systems Agency (DISA) Data Center Hawaii. The project aims to replace end-of-life CRAH units to improve cooling and ensure high availability of critical computer processing resources. The scope of work is divided into five tasks: project management and general requirements, CRAH unit replacement, electrical modifications for the new units, aisle containment installation, and project close-out. The PWS details specific performance requirements for each task, including project scheduling, submittal procedures, adherence to various codes and standards, safety protocols (e.g., HAZCON, LOTO), and environmental considerations. It also specifies deliverables, performance standards, place and period of performance, and security requirements, emphasizing the unclassified nature of the work and the need for personnel vetting and Non-Disclosure Agreements.
HC102826R0004 AMD 0003.pdf
PDF167 KBMar 24, 2026
AI Summary
This amendment modifies solicitation HC102826R0004, changing the set-aside status from "EDSWOSB" to "Total Small Business." All other terms and conditions of the original solicitation, dated February 18, 2026, remain unchanged. The due date for the solicitation remains April 1, 2026, at 10:00 CST. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected. The amendment was issued by DISA/DITCO-SCOTT-PS83 on March 24, 2026.
HC102826R00040002.pdf
PDF168 KBMar 24, 2026
AI Summary
This document is Amendment 0002 to Solicitation HC102826R0004, issued by DISA/DITCO-SCOTT-PS83 on March 24, 2026. The primary purpose of this modification is to extend the closing date for the solicitation from March 24, 2026, at 11:00 AM CST to April 1, 2026, at 10:00 AM CST. Additionally, the Acquisition Set Aside has been changed from “Small Business” to “EDSWOSB.” Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each offer submitted, or by separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer.
QA - HAW Rm 191 CRAH Replacement.pdf
PDF804 KBMar 24, 2026
AI Summary
The document, Solicitation No: HC102826R0004, addresses questions and answers regarding the Data Center Hawaii Rm 191 Computer Room Air Handling (CRAH) Replacement project. Key inquiries include a request for a 7-day extension to the proposal due date, clarification on the inclusion of tables and drawings in Volume II, and whether product data sheets count towards the page limit. Pricing submission format, verification of Controlled Unclassified Information (CUI) status, and specifics on cable splicing and existing breaker sizes are also covered. Technical details such as the required cooling capacity (10 tons nominal), communication card compliance, dual power source requirements, and chilled water line rerouting are discussed. The document also clarifies the project schedule and lists attendees from the site walkthrough, emphasizing the need for a 10-ton CRAH unit that fits through the door without modification and the anticipated replacement of existing chilled water pipes.
HC102826R00040001.pdf
PDF100 KBMar 24, 2026
AI Summary
This amendment modifies solicitation number HC102826R0004, initially dated 18-Feb-2026. The primary purposes of this amendment are to provide official government responses to questions received during a site visit and to extend the closing date for the solicitation. The required response date and time have been changed from 17-Mar-2026 11:00 AM to 24-Mar-2026 11:00 AM. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer, or by separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt before the new closing date may lead to the rejection of the offer.
QASP - HAW Rm 191 CRAH.pdf
PDF253 KBMar 24, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for the HAW Rm 191 CRAH Replacement contract. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while the government ensures objective and fair evaluation. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR primarily responsible for continuous technical oversight and performance documentation. All tasks will undergo 100% inspection, especially those with stringent requirements like safety or health. Performance standards, including an Acceptable Quality Level (AQL) of 100% due to the critical nature of IT rack cooling, are detailed for tasks such as project schedule, CRAH unit replacement, aisle containment, and close-out documents. The QASP also specifies procedures for documenting both acceptable and unacceptable performance, including the use of Performance Assessment Reports (PARs) and Corrective Action Reports (CARs). Performance ratings mirror those used in CPARS (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and are based on timely delivery, technical requirements, and corrective actions.
PWS Appendix F - DISA NDA.docx
Word33 KBMar 24, 2026
AI Summary
The Defense Information Systems Agency (DISA) Non-Disclosure Agreement (NDA) for Contractor Personnel outlines the strict obligations for individuals working under DISA/DITCO contracts regarding sensitive and proprietary information. Signatories agree not to disclose various categories of protected information, including planning and budgeting data, contractor bid information, FOIA-exempt data (trade secrets, proprietary, financial), personally-identifiable information, protected health information, and other
PWS Appendix E - SEC Spreadsheet.xlsx
Excel33 KBMar 24, 2026
AI Summary
The document outlines a system for tracking and managing equipment assets, likely for a government facility or project. It details required data fields for each asset, categorizing them into initial submission and pre-project commissioning requirements. Key information includes design labels, CMMS designators, manufacturing details, model and serial numbers, grid location, capacity with units, and electrical feeding information. The document specifies whether equipment is being removed, modified, or newly installed, and tracks bus changes for electrical components. It emphasizes clear labeling conventions and provides character limits for text fields, ensuring comprehensive and organized data collection for asset management and project planning.
PWS Appendix D - CRAH Units.pdf
PDF62 KBMar 24, 2026
AI Summary
This document outlines the specifications for the procurement and installation of two Computer Room Air Handling (CRAH) units for the HAW RM 191 CRAH Replacement project, effective July 2, 2019. Each unit must have a 140 kW cooling capacity, be rated for marine environments, and meet specific ASHRAE standards. The specifications detail requirements for the unit's cabinet, fan section, cooling coil, condensate pump, electric reheat, filters, and chilled water control valve. The document also provides extensive details on insulation, unit temperature and pressure control, and a comprehensive control panel with menu-driven features and password protection. Crucially, the CRAH units must include advanced alarm systems with both audio and visual cues, capable of monitoring various conditions such as temperature, humidity, and power loss, and must integrate with existing building automation systems via BACnet or Modbus TCP/IP without additional gateways. Electrical requirements include variable-frequency motors, factory-installed lockable disconnect switches, and automatic dual power source connections. Accessories such as stainless steel nameplates with detailed equipment information are also specified.
PWS Appendix C - Electrical Safety Program.pdf
PDF702 KBMar 24, 2026
AI Summary
The DISA Electrical Safety Program, effective April 19, 2023, outlines mandatory safety precautions and responsibilities for electrical work between 50 and 600 volts AC/DC, and for systems under 50 volts with arcing hazards. This program applies to all employees and contractors at DISA facilities, ensuring compliance with OSHA and NFPA standards. Key requirements include de-energizing equipment, using Lock Out/Tag Out (LO/TO) methods, and strict adherence to personal protective equipment (PPE) guidelines, including arc-rated clothing and insulated tools. Energized electrical work is generally prohibited unless specific criteria for testing, troubleshooting, or avoiding increased hazards are met, requiring a DISA Energized Electrical Work Permit. The document details responsibilities for supervision/management, employees, and contractors, emphasizing training, emergency procedures, and the two-person rule for high-risk tasks. It also covers interlocks, ground fault circuit interrupters (GFCIs), and protocols for design, inspection, and restoration of electrical systems, ensuring a comprehensive approach to electrical safety.
PWS Appendix B - DISA Labeling Std.pdf
PDF377 KBMar 24, 2026
AI Summary
This document outlines the Defense Information Systems Agency's (DISA) minimum technical specifications for identifying, labeling, and marking structures, systems, equipment, and components (SSEC) at its data centers. The standard, effective August 2, 2024, ensures uniform identification for new installations and replacements. It details requirements for labeling materials (plastic, vinyl, metal), attachment methods (adhesives, wire, cable ties, screws), character design and size, and specific color coding for pipes, conduits, and SEC labels based on fluid type, system, and electrical bus distribution. The document also provides guidelines for unique identifier (UID) number development, label formatting, and specific labeling protocols for mechanical and electrical systems, including valves, dampers, distribution panels, and circuit breakers. Adherence to these standards is mandatory for all SSEC before being designated operable or in service.
PWS Appendix A - Concept Plans.pdf
PDF1212 KBMar 24, 2026
AI Summary
The Defense Information Systems Agency (DISA) is initiating a project for the FY26 RM 191 CRAH Replacement at the Data Center Hawaii, Joint Base Pearl Harbor-Hickam. This project focuses on replacing Computer Room Air Handlers (CRAHs) in Room 191, Building 77, and involves comprehensive architectural, mechanical, telecom, and electrical upgrades. The scope includes modifying raised access floors, upsizing chilled water piping, replacing condensate drain lines, and ensuring new CRAH units are 10-ton downdraft units with EC fans. The project emphasizes maintaining facility operations during the entire contract duration, minimizing disturbances, and adhering to strict safety and environmental regulations. Detailed plans for secure room penetrations, aisle containment, and electrical diagrams are provided, with requirements for authorized service interruptions and method of procedure approvals for all critical work.
HC102826R0004.pdf
PDF453 KBMar 24, 2026
AI Summary
This government Request for Proposal (RFP) HC102826R0004 outlines the requirements for replacing two existing Computer Room Air Handler (CRAH) units and installing aisle containment in Computer Room 191 at the DISA Core Data Center Hawaii. The project aims to enhance cooling and energy efficiency. Offerors must submit a technical and price proposal, including an Organizational and Consultant Conflicts of Interest (OCCI) plan. Proposals will be evaluated using a lowest price technically acceptable (LPTA) process, with technical acceptability determined by three subfactors related to the project schedule, CRAH unit product data, and aisle containment components. Key deliverables include a project schedule, meeting minutes, product data sheets, drawings, HAZCON and MOP plans, LOTO plans, and seismic calculations. The contractor is responsible for procurement, installation, testing, and adherence to various codes, standards, and safety protocols, including strict requirements for electrical work and environmental control within the data center.
Pre-proposal SITE VISIT.pdf
PDF244 KBMar 24, 2026
AI Summary
This government file details the requirements for a pre-proposal site visit for the "Data Center Hawaii Rm 191 CRAH Replacement" project. The site visit is scheduled for Wednesday, February 25, 2026, at 10:00 HST, and offerors are strongly encouraged to attend to understand the project scope and conditions. Questions arising from the visit must be submitted in writing by Monday, March 2, 2026, at 16:00 CST. Due to security, attendance is limited to two representatives per company. All attendees require a Visit Authorization Letter (VAL) containing specific company and visitor information, including security clearances, to be emailed in an encrypted format. Additionally, individuals without a DoD-issued CAC or Ford Island DBIDS ID must complete a SECNAV 5512 form and submit identification for base access, which requires coordination with DISA. The itinerary includes a project overview and location tour, with strict rules against phones and photos. This document outlines critical logistical and security procedures for prospective contractors to participate in the site visit.
Wage Determination.pdf
PDF360 KBMar 24, 2026
AI Summary
The provided document is a highly technical and structured government file, likely an RFP or grant document, characterized by a detailed table of contents or an index of sections. The content primarily consists of codes, alphanumeric identifiers, and very brief descriptions, suggesting an internal reference or a comprehensive checklist of requirements, specifications, or deliverables. The document's structure, with numerous numbered and sub-numbered entries, indicates a systematic breakdown of a larger project or program. The lack of plain language descriptions makes it difficult to ascertain the exact subject matter, but the format is typical of government procurement or regulatory documents that list specific clauses, items, or tasks. Without further context, it is not possible to provide a more detailed summary of its purpose or content beyond its highly structured and technical nature.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2026
amendedAmendment #1· Description UpdatedMar 9, 2026
amendedAmendment #2Mar 10, 2026
amendedAmendment #3· Description UpdatedMar 24, 2026
amendedLatest Amendment· Description UpdatedMar 24, 2026
deadlineResponse DeadlineApr 1, 2026
expiryArchive DateApr 16, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
IT CONTRACTING DIVISION - PL83

Point of Contact

Name
Eric Mead

Place of Performance

Honolulu, Hawaii, UNITED STATES

Official Sources