Dorm HVAC Coil Cleaning
ID: FA462525Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, 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, specifically the Department of the Air Force, is seeking a qualified contractor to perform HVAC coil cleaning services for 138 fan coil units at Whiteman Air Force Base in Missouri. The contractor will be responsible for providing all necessary labor, supervision, equipment, and materials to ensure the cleaning process is conducted safely and efficiently, adhering to the outlined Statement of Work. This maintenance is crucial for maintaining air quality and system efficiency in the dormitory environment, thereby ensuring the health and comfort of residents. Interested small businesses must submit their quotes by April 14, 2025, and are encouraged to contact Lt. Joshua Sturgill or Chance Slaton for further details regarding the solicitation and requirements.

    Files
    Title
    Posted
    The Statement of Work for Project 2024081 outlines the cleaning process for 138 fan coil units in Discovery Hall Dormitory, aimed at maintaining air quality and system efficiency. The contractor is required to clean a maximum of two units at a time during designated hours (0700-1600). The cleaning involves several steps: shutting down power, removing and washing parts, inspecting motor components, applying non-caustic cleaning agents, vacuuming coils, and rinsing thoroughly. Additionally, the condensate tray must be cleaned and sterilized. The process concludes with reassembling the unit and ensuring its functionality before cleaning the workspace. This document is part of a government RFP, seeking a qualified contractor to execute essential maintenance in a shared living environment, ensuring health and comfort for residents while complying with safety and operational standards.
    The document outlines a government solicitation for cleaning services focused on fan coil units in Building 1561. The specific requirements denote a total quantity of 138 units requiring cleaning, categorized as a service under the solicitation reference FA462525Q0003. The price schedule indicates a unit price and total price of $0.00, which may imply pending pricing discussions or negotiation with potential contractors. This RFP is part of a broader federal initiative to maintain and enhance government facilities by inviting qualified vendors to submit proposals for services that ensure operational efficiency and adherence to health standards. The focus on cleaning such HVAC components is vital for maintaining air quality and system effectiveness in federal buildings, reflecting the government's commitment to providing safe and functional environments.
    The document pertains to a federal Request for Proposal (RFP) identified as FA462525Q0003, detailing various incorporated clauses related to government contracting requirements. It includes regulations on Compensation of Former DoD Officials, whistleblower rights, safeguarding information, and cyber incident reporting, alongside stipulations governing subcontracting, small business set-asides, and environmental compliance. Key clauses emphasize the importance of cybersecurity, with a focus on protecting defense information and ensuring compliance with cybersecurity assessments. Provisions for labor laws, including veterans’ employment rights and prohibitions against forced labor, are also highlighted. The document outlines requirements for the System for Award Management (SAM) maintenance and emphasizes the need for compliance with commercial practices including payment submissions via electronic methods. This RFP is structured in detailed sections, including specific clauses applicable to government contracts, compliance measures, and certification requirements essential for contractors. The intention behind this document is to establish clear legal and operational frameworks for contractors engaging with federal agencies, aiming to enhance transparency, accountability, and adherence to governmental standards in procurement processes.
    The document outlines Wage Determination No. 2015‐5089, issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage and fringe benefits for workers in specified occupations in certain Missouri counties. The determination establishes minimum hourly wages—$17.75 for contracts after January 30, 2022, and $13.30 for contracts awarded between January 2015 and January 2022. Fringe benefits include health, welfare, vacation, and sick leave provisions. The document categorizes various occupations with corresponding wage rates, emphasizing compliance for contractors with federal contracts, especially under two executive orders concerning minimum wage and paid sick leave. It outlines the responsibilities of contractors regarding employee classifications not listed, requiring requests for wage conformance and appropriate classifications through established protocols. By providing this structured information, the document serves as a vital reference for ensuring fair labor standards and compliance with federal regulations in government contracts and offers guidance on workers' protections under the Service Contract Act and corresponding executive orders.
    The document outlines a combined synopsis/solicitation for HVAC coil cleaning services at the dormitories of WAFB, referenced under RFQ number FA462525Q0003. This solicitation is a 100% Small Business set-aside under the NAICS code 238220. The project is regulated by relevant FAR guidelines and emphasizes that no funds are currently available for the effort, with awards contingent on funding availability. Vendors must respond by submitting quotes via specified emails by April 14, 2025. Quotes will be evaluated on a Lowest-Price Technically Acceptable basis, focusing on price and technical acceptability criteria, which include submission of a work schedule, certified electricians, and warranty terms. The document warns that failure to adhere to guidelines may result in disqualification. Additional requirements entail registration in the System for Award Management to be considered for the contract and clear communication regarding financial capabilities if financial relationships exist. This solicitation is part of the government’s commitment to maintaining proper facility management and ensuring compliance with federal regulations for service procurement.
    Lifecycle
    Title
    Type
    Dorm HVAC Coil Cleaning
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective is to enhance indoor air quality and HVAC efficiency by performing comprehensive cleaning of the Air Handling Unit (AHU) and associated ductwork, adhering to relevant codes and standards. This contract, expected to be awarded as a firm-fixed price agreement, has a performance period of 90 days post-award and is set aside for small businesses, with a total budget of $9 million. Interested vendors must submit their proposals electronically by April 4, 2025, at 12:00 PM ET, to the designated contacts, Matthew Shofner and Claire Hess, whose emails are provided in the solicitation documents.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.
    FY25 Hood and Duct Cleaning - Scott Air Force Base
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base, is soliciting proposals for a Hood and Duct cleaning service contract for fiscal year 2025. The contract, which includes a base year and four optional years, requires the contractor to provide all necessary management, tools, supplies, and labor to clean hood and exhaust systems, ensuring compliance with safety regulations by using non-flammable cleaning agents. This service is critical for maintaining operational safety and compliance within government facilities, particularly in commercial cooking environments. Interested small businesses must submit their quotes by 10:00 AM CST on March 21, 2025, following a mandatory site visit on March 11, 2025; for further inquiries, contact Nicholas Weiss at nicholas.weiss.5@us.af.mil or Latoyia Williams at latoyia.williams.1@us.af.mil.
    20th IS controls upgrade and duct cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of controls and duct cleaning services for the 20th Intelligence Squadron at Offutt Air Force Base in Nebraska. The project entails replacing outdated Excel 5000 series controllers and cleaning approximately 30,000 square feet of ductwork and associated air handling units to ensure a safe and healthy working environment for personnel. This procurement is critical for maintaining operational efficiency and compliance with health standards, as the existing systems are obsolete and pose potential risks to building occupants. Interested contractors must submit their bids by March 17, 2025, and are encouraged to attend a site visit scheduled for March 6, 2025. For further inquiries, contact Casey Hupton at casey.hupton.1@us.af.mil or Thearith Em at thearith.em@us.af.mil.
    Z--Fan Coil Unit Replacement
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of fan coil units as part of a presolicitation opportunity. This procurement aims to engage qualified plumbing, heating, and air-conditioning contractors to ensure the effective replacement and installation of these critical HVAC components. The fan coil units play a vital role in maintaining climate control and comfort within park facilities, thereby supporting visitor experience and preservation efforts. Interested small businesses are encouraged to reach out to Craig Bryant at CraigBryant@nps.gov or call 440-717-3706 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm-Fixed-Price Construction Contract to replace the chiller, air handling units (AHUs), and fan coil units at Building B3659, Patrick Space Force Base, Florida. The project entails comprehensive work, including the demolition of existing equipment, installation of new HVAC systems, and adherence to environmental safety protocols, particularly concerning hazardous materials. This modernization effort is crucial for enhancing operational efficiency and safety at the base, with a contract value estimated between $500,000 and $1 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 10, 2025, and can direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    HVAC Install Bldg. 402 Space Systems Command
    Buyer not available
    The Department of Defense, through the Space Systems Command, is seeking qualified contractors for the installation of a new HVAC cooling system in Building 402 at Kirtland Air Force Base, New Mexico. The project specifically requires the installation of three 4.5-Ton Trane blower coils to enhance cooling in office rooms 104, 105, and 106, addressing inadequate cooling from the existing central chiller during peak summer temperatures. This initiative is crucial for maintaining a comfortable working environment for personnel, and the selected contractor will be responsible for developing a comprehensive statement of work, including a Gantt Chart and materials list, to ensure timely project execution within a 90-day period post-award. Interested small businesses must submit their capabilities and size classification by March 19, 2025, to Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, as this opportunity is set aside for small businesses under NAICS code 238220, with a size standard of $19 million.
    B348 CDC Chiller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a design-build project to replace the air handler and chiller system at the Youth Center (Building 348) located at Columbus Air Force Base in Mississippi. The project entails comprehensive upgrades to mechanical and plumbing systems, excluding the boiler and water heater, and includes the installation of a new variable air volume (VAV) system along with all associated components, ensuring integration with existing Energy Management Control Systems. This initiative is crucial for maintaining operational efficiency and enhancing facility infrastructure, with an estimated construction magnitude between $500,000 and $1,000,000. Interested small businesses must respond to the Sources Sought Announcement by March 21, 2025, at 3:00 PM CST, providing relevant details such as business size and past experience, and can contact Amn Eric C. Smith or Daniel Stilts for further information.
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace the Fan Control Units (FCUs) and Air Handling Units (AHUs) at Building 1317, Patrick Space Force Base, Florida. The project involves the removal of existing HVAC equipment, installation of new units, and associated ductwork and piping, all while adhering to Florida Building Codes and environmental safety standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Proposals are due by April 1, 2025, at 9:00 AM EST, and interested contractors should direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil.