SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
ID: W9127P26QA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7RQ USPFO ACTIVITY VI ARNGST CROIX, VI, 00850-9731, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop #2 located in St. Thomas, U.S. Virgin Islands. The project aims to restore environmentally controlled air for personnel comfort and equipment protection by replacing inoperable condensing units, including a 20-ton unit at the Readiness Center and multiple units at the Field Maintenance Shop. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes electronically by December 29, 2025, with a total award amount of $19,000,000. The performance period for the work is set from January 12, 2026, to April 13, 2026, and inquiries can be directed to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868.

    Point(s) of Contact
    Files
    Title
    Posted
    The Virgin Islands Army National Guard (VIARNG) seeks a contractor to replace inoperable condensing units at two facilities within the Estate Nazareth Military Compound on St. Thomas: the SFC Leonard B. Francis (LBF) Readiness Center and Field Maintenance Shop (FMS) #2. The project aims to restore environmentally controlled air for personnel comfort and equipment protection. The scope includes replacing a 20-ton condensing unit and servicing an existing air handling unit at the LBF Readiness Center, and replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS #2. The contractor must provide all materials, labor, and supervision, adhering to federal and territorial building codes, safety regulations, and security requirements. Work must be completed within 90 calendar days of receiving the Notice to Proceed. The contractor must also submit a Quality Assurance Plan and various technical documents, and all personnel are subject to criminal history checks and security training.
    This government Request for Quote (RFQ) is for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and FMS #2 in St. Thomas, U.S. Virgin Islands. The solicitation, issued by W9127P for the USPFO ACTIVITY VI ARNG, has an offer due date of December 29, 2025, with a total award amount of $19,000,000.00. The contract is set aside for Women-Owned Small Businesses (WOSB) and includes specific requirements for technical approach, price, and past performance. Key clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated, covering areas like electronic invoicing via Wide Area WorkFlow (WAWF), prohibitions on certain telecommunications equipment, and various contractor responsibilities. The performance period for the work is from January 12, 2026, to April 13, 2026. Offerors must submit their quotes electronically, adhering to strict formatting and content guidelines, and are encouraged to utilize the National Guard Agency Protest Program for dispute resolution.
    Lifecycle
    Similar Opportunities
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance, including routine, preventive, and corrective services to ensure optimal operation and a healthy atmosphere within the facility. This procurement is crucial for maintaining the functionality of HVAC systems, which are essential for climate control and operational readiness. Interested Women-Owned Small Businesses (WOSB) must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19 million and a performance period from January 5, 2026, to February 6, 2026. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    USPFO Hazardous Material Building Repair
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals from qualified contractors for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project includes tasks such as the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and the replacement of hazardous material signage, all of which must comply with federal and territorial building codes. This opportunity is particularly significant as it involves a total estimated award amount of $45,000,000 and is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB). Interested contractors should contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868 for further details, and all work must be completed within 90 calendar days of the Notice to Proceed.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically 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 to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    41--CONDENSING UNIT,REF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 69 units of a condensing unit, specifically NSN 4130014428484. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to fulfill the need for air-conditioning and refrigeration equipment, which is critical for maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 51 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    C1 CONDENSER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.