FDB 78287 - CBR - B20128 Air Handler Refurbishment
ID: FA857126Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

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

PSC

FANS, AIR CIRCULATORS, AND BLOWER EQUIPMENT (4140)

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 contractors for the refurbishment of seven air handlers in Building 20128 at Robins Air Force Base, Georgia. The project involves the removal and installation of fan array systems, filter systems, and hot water coils, with a focus on using new OEM-compatible parts and ensuring proper integration with existing systems. This procurement is critical for maintaining operational efficiency and environmental compliance at the facility. Interested small businesses must submit their quotes by October 22, 2025, with an estimated contract value of $19 million and a performance period of six months from the award date. For further inquiries, contact SSgt. Bobby Ballow at bobby.ballow@us.af.mil.

    Point(s) of Contact
    SSgt. Bobby Ballow
    bobby.ballow@us.af.mil
    Files
    Title
    Posted
    This document outlines the requirements for the refurbishment of seven makeup air handlers (fans 6-12) in Building 20128 at Robins Air Force Base, Georgia. The contractor will provide all necessary resources, including qualified technicians, tools, parts, and training, to remove existing components and install new Fan Array Systems, hot water coils, and filter systems. The project emphasizes using new OEM-compatible parts, coordinating with government representatives, and adhering to strict specifications for performance and electrical requirements. The contractor is responsible for integrating new systems with existing Johnson Controls, ensuring proper alarming, trending, and scheduling capabilities. The scope includes structural repairs, extensive clean-up, functional testing, and a five-year warranty on parts with one year of maintenance. The document also details security requirements, environmental compliance, safety protocols, and administrative procedures for invoicing and reporting.
    The document outlines the industrial safety and health requirements for BAF# 78287 – Air Handler Refurbishment – CBR-B20128, a project at Robins Air Force Base. It mandates that contractors develop a comprehensive Safety and Health Plan adhering to federal, state, local, OSHA, and Air Force standards. Key requirements include compliance with ESOH laws, familiarization with OSHA's Voluntary Protection Programs (VPP), and strict adherence to safety for all employees, including subcontractors. The plan must detail procedures for environmental, safety, and occupational health, mishap notification, impoundment, and various task-specific safety measures such as pedestrian crosswalks, motor vehicle operations, foreign object damage (FOD) prevention, protective barriers, walking-working surfaces, excavations, scaffolding, aerial lifts, fall protection, cranes, hazardous materials, personal protective equipment, respiratory and confined space programs, welding, electrical safety, lockout-tagout, machinery guarding, hazardous substances, hazardous communications, demolition, heat stress, environmental controls, hearing conservation, medical and first aid, aircraft grounding/bonding, batteries, flammable liquid handling, system modification, soldering, housekeeping, electrostatic discharge, cryogenics, work stands, severe weather, fire protection, explosive safety, airfield criteria, and rescue/firefighting capabilities. The plan must be submitted and accepted by the government prior to work commencement.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data items required from a contractor, such as the Work Management Plan for an Air Handler Refurbishment. The form specifies data item number, title, authority, contract reference, requiring office, and submission details. It mandates the Contractor to email a Work Management Plan within five business days of creating it, including a summary of work, repairs, problems, recommendations, and cost estimates. The document also provides contact information for primary and alternate government representatives, WAWF contacts, and the Assigned PCO. Instructions for both government personnel and contractors are included, defining price groups (Group I to IV) for data item development costs. This form ensures clear communication of data requirements between government entities and contractors, streamlining project execution and accountability.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used for federal government contracts, specifically for an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). This document outlines the requirements for the contractor to provide "Developmental Design Drawings/Models and Associated Lists." Key requirements include obtaining written approval for replacement parts via design/drawing within 14 days of contract award and ensuring all replacement parts are new, OEM compatible, and meet or exceed OEM specifications. The contractor must also notify the Government Representative(s) within one day of any lack of availability or delays for replacement parts and cannot substitute OEM parts without approval. The form details instructions for both government personnel and contractors on how to complete the DD Form 1423, including categories for data pricing (Groups I-IV). Various government representatives for coordination are listed, including primary and alternate representatives for the 402 MXSG/MXDEQ and MXSG/MXDEI, as well as WAWF (Wide Area Workflow) primary and alternate contacts, and the assigned Procuring Contracting Officer (PCO).
    The DD FORM 1423-1, FEB 2001, titled 'CONTRACT DATA REQUIREMENTS LIST (1 Data Item)', is a standardized form used in government contracting to specify data deliverables from a contractor. This document details the requirements for a 'Production Acceptance Test Report' (Data Item A003) related to the 'CBR-B20128 Air Handler Refurbishment' (System/Item 78287). Key instructions include the contractor submitting a service report upon completion and acceptance of the refurbishment, either on-site or via email within three days. The form also outlines various government representatives for submission and Web-Based Acceptance and Payment (WAWF) processing, including Primary and Alternate Government Representatives, WAWF Primary and Alternate contacts, and an Assigned Procuring Contracting Officer (PCO). Additionally, the document provides comprehensive instructions for both government personnel and contractors on how to complete each item on the DD Form 1423, detailing categories, data item numbering, submission frequencies, distribution, and pricing groups (Group I to IV) for data items.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from a contractor to the government. This document details a specific CDRL for a "Status Report" related to an "Air Handler Refurb" project, identified as contract line item 0002. It outlines the data item number A004, its authority (DI-MGMT-80368A/T), and the contract reference (PWS Para 4.1.1). Key information includes the requiring office (WR-ALC/402 MXSG), a one-time submission frequency, and various government points of contact for the contract, including a Program Manager, primary and alternate representatives, and WAWF contacts. The form also provides detailed instructions for both government personnel on how to complete the DD Form 1423 and for contractors on how to categorize and estimate prices for data items (Groups I-IV), clarifying which costs are attributable to data production.
    DD FORM 1423-1, FEB 2001, outlines the Contract Data Requirements List (CDRL), a crucial document for federal government RFPs, grants, and state/local RFPs. It details the requirements for data item submissions, including a 'STATUS REPORT' for the 'Air Handler Refurb' project under contract 78287 CBR-B20128. Key instructions include mandatory Air Force-provided EMS Awareness Training for all contractor personnel and sub-contractors working on Robins AFB, with notification of completion required for tracking. Failure to comply may lead to contract termination. The form also specifies addressees for submissions, including primary and alternate government representatives for Environmental Management and WAWF. It provides detailed instructions for both government personnel on completing the form and contractors on categorizing data items into price groups (Group I-IV) based on their essentiality and effort required for submission. This ensures clear communication and compliance for data deliverables.
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from contractors. This document outlines requirements for a "STATUS REPORT" (Data Item A006) related to an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). Key details include the authority (DI-MGMT-80368A/T) and the requiring office (WR-ALC/402 MXSG). A critical component of this particular CDRL is the mandate for all contractor personnel working on Robins AFB to complete Air Force provided initial Energy Management System (EnMS) Training, due to the base's ISO 500001 certification. The prime contractor is responsible for ensuring all subcontractors and employees comply with this training prior to starting work. The form also provides contact information for government representatives for primary, alternate, and WAWF (Wide Area Workflow) roles, along with instructions for both government personnel and contractors on how to complete and price data items, categorizing them into four price groups based on development effort.
    DD Form 1423-1,
    DD Form 1423-1, "Contract Data Requirements List," is a standardized form for federal government contracts, outlining data deliverables. The document details requirements for an "Accident/Incident Report" (A008) related to an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). Contractors must report mishaps or incidents involving DoD property damage or employee injuries within four hours telephonically, followed by an electronic submission within three calendar days to specified government representatives. The report must include contract details, date/time/location of the incident, a narrative, cause, estimated cost, impound authority, equipment/personnel involved, and corrective actions. The form also provides instructions for both government personnel and contractors on completing each item, including definitions for various price groups (Group I-IV) for data items, which determine how the cost of data deliverables is estimated. Key contacts for the project are also listed.
    This government Request for Quote (RFQ) FA857126Q0012, issued by FA8571 on November 14, 2025, with an offer due date of October 22, 2025, is a combined synopsis/solicitation for commercial items. It seeks a contractor to remove and install seven air handlers (fan array systems, filter system, hot water coils) in Building 20128, FFP, and provide associated contract data requirements. The acquisition is unrestricted, with a NAICS code of 238220 and a size standard of $19,000,000.00. The total award amount is estimated at $19,000,000.00. The contract duration for delivery and performance is six months from the date of award. Payment will be made electronically through Wide Area WorkFlow (WAWF). The document incorporates numerous FAR and DFARS clauses, including those related to small business utilization, equal opportunity, environmental protection, and unique item identification. Attachments include a Purchase Description and various Contract Data Requirements Lists (CDRLs) for items like a Work Management Plan, Design Drawings, and Safety Plan.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    Marietta Repair Station HVAC Supply and Install; W91237-26-Q-A008
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a complete HVAC system at the Marietta Repair Station located in Marietta, Ohio. The contractor will be responsible for providing all necessary equipment and services to ensure the HVAC system is fully operational in the new steel building. This procurement is crucial for maintaining a comfortable and efficient working environment at the facility, which is essential for its operational capabilities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and inquiries can be directed to Lillie Bodie at 304-399-5139 or via email at lillie.v.bodie@usace.army.mil.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Robins Air Force Base Tank Inspection
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for a contract to perform comprehensive tank inspections at Robins Air Force Base in Georgia. The contract involves non-personnel services, including the removal and disposal of remaining fuel, tank cleaning, and inspections of both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), as detailed in the Performance Work Statement. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations and environmental protection. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 12, 2025, at 2:00 PM CDT, to Jaylem Durousseau at jaylem.l.durousseau@usace.army.mil, with the contract expected to be awarded based on technical capability, experience, and price.
    B101 Boiler replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of a boiler system in Building 101 at the 180th Fighter Wing in Swanton, Ohio. The contractor will be responsible for removing the existing boiler and installing a new system that meets specific performance criteria, including a minimum input of 285,000 BTU/hr and at least 96% thermal efficiency, along with all necessary electrical, piping, and venting components. This procurement is critical for maintaining operational efficiency and compliance with applicable regulations, and it is set aside exclusively for small businesses. Interested parties must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, with all necessary documentation as outlined in the solicitation. For further inquiries, contact 2d Lt Adam Krouse at adam.krouse@us.af.mil or TSgt Cody Walker at cody.walker.12@us.af.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.
    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.