BRAND NAME - Leibert HVAC systems at JBSA FSH
ID: F2M3CB5149A005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is conducting market research for the procurement of two Brand Name Leibert HVAC systems at Joint Base San Antonio, Fort Sam Houston (JBSA FSH). The project involves the removal and replacement of two existing 30-ton Liebert Air Handler Units and Condenser Units in Building 1062, requiring the contractor to provide all necessary resources, including labor, materials, and expertise, while ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining and upgrading HVAC infrastructure at military facilities, and interested contractors are encouraged to respond to the Request for Information (RFI) by contacting Alexis Garcia or Emily A. Rodriguez via email or phone, as detailed in the opportunity overview. Responses to the RFI will assist in shaping the acquisition strategy, although there is no guarantee of contract awards.

    Files
    Title
    Posted
    The Statement of Work outlines the project for removing and replacing two 30-ton Leibert Air Handler Units and two Leibert Condenser Units at Building 1062, Joint Base San Antonio, Texas. The contractor is required to oversee all aspects, from labor and materials to quality assurance, while ensuring minimal disruption to the facility. Key tasks include safe installation per OSHA standards, comprehensive leak detection testing, and compliance with environmental regulations for refrigerant handling. The contractor must provide detailed installation plans, conduct system startup procedures, and ensure proper waste disposal. The project will be coordinated with a designated government project manager, and compliance with safety protocols, traffic regulations, and security clearance is mandatory. Additionally, the contractor will be responsible for a one-year warranty on materials and labor and must submit documentation regarding warranty and system schematics. This project reflects the government's commitment to maintaining essential infrastructure on military bases through adherence to stringent quality and safety standards.
    The project at Joint Base San Antonio (JBSA) Fort Sam Houston involves the removal and replacement of two existing 30-ton Liebert Air Handler Units and Condenser Units in Building 1062. The contractor is responsible for providing all necessary resources, including labor, materials, tools, and expertise, to install the new units while maintaining operational integrity during the work. Specific tasks include lockout/tagout for safety compliance, installation of appropriate piping and electrical connections, and conducting leak detection tests. The contractor must also ensure proper environmental disposal of old units under EPA regulations and provide warranty coverage for a year post-installation. Coordination with the government will minimize disruptions, ensuring adherence to codes and safety standards throughout the project. Regular updates and a final walkthrough with the government representative are mandatory upon project completion, ensuring functionality and compliance with specifications. The contractor is required to maintain a clean job site and comply with security protocols for installation access. Overall, this effort reflects the government's commitment to maintaining and upgrading vital HVAC infrastructure at military facilities.
    The Department of the Air Force is conducting market research to identify potential contractors for the procurement of Leibert AHUs and associated condensers at Joint Base San Antonio, Fort Sam Houston, TX. The request for information (RFI) is aimed at gathering insights about contractors' capabilities and past experience related to the supplies specified in the draft Statement of Work (SOW). Companies are encouraged to confirm their status as small businesses, provide capability statements, and submit any questions about the draft SOW. Key details sought include their registered NAICS code, standard delivery and installation times, and whether they manufacture the specified brand name items. The RFI is voluntary, with responses aiding in the development of the acquisition strategy; however, there is no guarantee of future contract awards or notifications regarding the outcomes. All proprietary information should be clearly marked, reaffirming the document's intent as a preliminary survey rather than a solicitation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    J035--Bldg. 1A HVAC Controls Replacement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, intends to award a sole-source contract to Siemens Industry, Inc. for the replacement of failed Delta HVAC control components at the White River Junction VA Healthcare System. This procurement is necessitated by a catastrophic failure of the existing controls, which has left the radiology department without HVAC management, highlighting the critical need for reliable heating, ventilation, and air conditioning systems in healthcare settings. Siemens is uniquely qualified to fulfill this requirement as the failed components are part of a proprietary building management system, and only Siemens-trained technicians are authorized to service it. Interested parties who believe they can meet the requirements must submit their capabilities in writing by December 12, 2025, at 5:00 PM EST to Kenya Mitchell at kenya.mitchell1@va.gov, as the government will assess responses to determine the viability of competitive procedures.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    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.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through 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 of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    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.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Buyer not available
    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 involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.