Computer Room Air Conditioning (CRAC) II Maintenance, Repairs, and Replacement
ID: FA8773-25-Q-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8773 AIR COMBAT COMMAND 38 CONSTINKER AFB, OK, 73145-2713, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Defense, through the Air Combat Command, is seeking qualified contractors for the maintenance, repairs, and replacement of Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM) in Washington. The contract requires comprehensive services to ensure the efficient operation of CRAC units critical for maintaining network connectivity in communication facilities, with a focus on replacing outdated units using R-22 refrigerant and adhering to a structured preventative maintenance schedule. This procurement is vital for sustaining optimal environmental conditions in data centers, ensuring compliance with federal regulations, and supporting military operations. Interested parties must submit proposals by June 4, 2025, with an estimated contract value of $19 million and a performance period extending from July 1, 2025, to June 30, 2030. For further inquiries, contact Ms. Cori Davis at cori.davis@us.af.mil or Amanda Griffin at amanda.griffin.14@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force has issued Amendment 1 to RFQ FA8773-25-Q-0001 concerning the maintenance, repairs, and replacement of Computer Room Air Conditioning (CRAC) units at McChord Field, Joint Base Lewis-McChord. Key changes include the replacement of R-410A refrigerant with R-454B for CRAC units that currently use R-22 refrigerant or are deemed beyond economical repair. Additionally, references to building J0008 have been removed as it does not require any new unit. The solicitation deadline for vendors remains unchanged, with a closing date set for May 21, 2025. Vendors are advised that initial questions must be submitted by May 2, and a site visit is scheduled for May 9, followed by a final question deadline on May 14. The memo emphasizes direct communication with the contracting officer via provided email addresses for any inquiries. This amendment aims to clarify project specifications and maintain project timelines while ensuring compliance with updated refrigerant standards. Overall, the document reflects the Air Force's commitment to modernize its facilities and equipment while adhering to regulatory requirements.
    The memorandum from the Department of the Air Force details Amendment 2 to RFQ FA8773-25-Q-0001, which pertains to the maintenance, repair, and replacement of Computer Room Air Conditioning (CRAC) systems at McChord Field, Joint Base Lewis-McChord. This amendment announces a second site visit scheduled for 20 May 2025, from 1100 to 1530 PDT, to facilitate the proposal process for interested vendors. As a result of this additional visit, the proposal submission deadline has been extended to 4 June 2025, aligning with the updated solicitation closing date. Questions from vendors must be submitted by 23 May 2025 at 1400 PDT. All inquiries are to be directed via a specified email format to the contracting officer. The document serves to update the vendors on important logistical changes pertinent to the procurement process, ensuring that all interested parties are well informed and can prepare their proposals accordingly.
    The document is an amendment to the Request for Quotation (RFQ) FA8773-25-Q-0001 issued by the Air Combat Command. It pertains to the maintenance, repairs, and replacement of Computer Room Air Conditioning (CRAC) units at McChord Field, Joint Base Lewis-McChord, with a closing date for proposals set for June 4, 2025. The key update includes a revised Performance Work Statement (PWS) that replaces prior versions and incorporates updated checklists and unit information files. Specifically, it addresses changes in "as-built" documentation for several air conditioning units identified by their codes. Proposals must be submitted to designated points of contact via specified email addresses. This document reflects the ongoing need for updated technical specifications and compliance in government contracts related to facility maintenance. The amendments ensure vendors have the most current information for accurate proposal submissions.
    The Performance Work Statement (PWS) outlines the requirements for a contract to maintain, repair, and potentially replace Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord. It specifies that contractors must supply all necessary personnel and materials for these services without direct government supervision, emphasizing the importance of CRAC units for maintaining network connectivity essential for military operations. The contract includes a base period, options for extensions, and quality assurance measures to ensure compliance with industry standards. Contractors are required to provide routine maintenance (monthly, quarterly, and annually), assess units for replacements as necessary, and maintain a schedule of services. Security compliance, personnel qualifications, and detailed reporting are critical components, reinforcing the need for timely and effective service delivery. The PWS is structured into several parts covering definitions, contractor responsibilities, specific tasks, and government-furnished resources, ensuring clarity in requirements and expectations.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance, repair, and replacement of Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM). The contractor is responsible for providing all necessary personnel, tools, and materials to ensure the efficient operation of CRAC units critical to maintaining network connectivity. Key objectives include the replacement of outdated units using R-22 refrigerant and the execution of a structured preventative maintenance schedule. The contract entails a base period of 11 months with options for extensions, requiring adherence to quality control measures and ongoing communication with government representatives. Services are scheduled during standard operating hours, with provisions for emergency on-call support. Security protocols and personnel qualifications, including Section 608 certification for handling refrigerants, are mandated. Additionally, the contractor must coordinate closely with JBLM representatives for all operational activities, ensuring compliance with military regulations and safety protocols. This document serves as a formal guide for prospective contractors in response to a federal request for proposals regarding CRAC unit services at JBLM.
    The Performance Work Statement (PWS) outlines the requirements for the maintenance, repair, and replacement of Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM). The contractor will provide all necessary personnel, tools, and materials while adhering to industry standards. These CRAC units are crucial for maintaining the functionality of communication server equipment, ensuring network connectivity for all units on JBLM, including both Active and Reserve Components. Key objectives include replacing outdated units using R-22 refrigerant with modern alternatives, conducting monthly, quarterly, and annual preventive maintenance, and ensuring compliance with relevant regulations. The contract spans a 30-day transition period followed by 11 months of base performance and four 12-month options. The contractor must maintain a robust quality control program, offer standby services for emergencies, and comply with security requirements on the base. All contractor personnel must be U.S. citizens with appropriate certifications. The document emphasizes the importance of coordination with the Government regarding shutdowns and emergency responses, indicating the contract's role in maintaining essential infrastructure support for military operations at JBLM.
    The document outlines the facility locations and specific climate control systems at McChord Field, part of Joint Base Lewis-McChord (JBLM) in Washington. It categorizes buildings into two groups, providing detailed information on various heating, ventilation, and air conditioning (HVAC) units, including make, model, and serial numbers. Group 1 includes buildings like J00007, J00100, J00555, and J00851, whilst Group 2 consists of buildings such as J00309 and J01422. Each entry specifies the equipment types, ranging from Mitsubishi and DataAire to Liebert, indicating their respective configurations for interior and exterior units. The document serves as a reference for federal and local contractors to understand existing installations, facilitating maintenance, upgrades, or requests for proposals related to HVAC services at the base. This structured approach emphasizes compliance with federal guidelines and the efficiency of operations at JBLM.
    The document outlines facility locations and associated chillers and air conditioning units at Joint Base Lewis-McChord (JBLM), Washington. It lists buildings organized into two groups, providing specific details on facility numbers, unit types, brands, models, and serial numbers of the equipment installed. Each facility's address is also indicated, emphasizing the strategic placements across the base, such as Building J00007 on McCarthy Blvd and Building J01216 on Barnes Blvd. The units span various manufacturers including Mitsubishi, Daikin, and Liebert, highlighting a range of heating, ventilation, and air conditioning systems servicing indoor environments. The documentation appears aimed at ensuring proper inventory management and regulatory compliance for equipment maintenance as part of facility operation oversight within government parameters. This is significant for the management and upgrade of the mechanical systems in federal facilities, underscoring adherence to RFP processes in government operations.
    The document outlines the detailed inventory of climate control and related units located at various facilities within Joint Base Lewis-McChord (JBLM), Washington. It divides the facilities into two groups, presenting information on specific buildings, their addresses, and the associated HVAC equipment, including make, model, and serial numbers. The listing includes notable buildings like J00007, J01216, J00100, among others, specifying units from brands such as Mitsubishi, DataAire, and Daikin. This compilation serves as a reference for maintenance, modification, or procurement needs related to the HVAC systems, ensuring that the facilities are compliant with operational standards. The extensive site plan also references various local geographic features and roadways, indicating access points for service operations and potential impact areas during maintenance activities. The document underscores JBLM's commitment to maintaining well-regulated environmental controls that support both military and civilian operations on the base. Overall, it provides a comprehensive framework for managing the HVAC infrastructure supporting JBLM’s operational efficiency and safety compliance.
    The document outlines a structured maintenance schedule for CRAC (Computer Room Air Conditioning) units, detailing monthly, quarterly, and annual inspection tasks. Monthly tasks focus on checking the functionality and cleanliness of components such as humidifiers, fans, cooling circuits, and condensate systems. Quarterly inspections expand on this by assessing electrical components and measuring operational parameters, including temperatures and pressures in the cooling circuits. Annual maintenance requires a more thorough examination, including cleaning and checking all vital parts, ensuring proper functionality of safety mechanisms, and evaluating overall unit performance against specified requirements. The purpose of this document is to ensure that CRAC units are properly maintained to prevent operational failures, which is critical for environments like data centers. This maintenance scheme supports adherence to federal and state regulations, contributing to efficient use of resources and safeguarding against potential environmental and operational hazards. Such guidelines are likely to influence federal or state RFPs and grants focused on maintaining high standards for public facility management and the provision of reliable services in technology-dependent infrastructures.
    The document outlines the maintenance protocols for Cooling and Refrigeration Air Conditioning (CRAC) units through monthly, quarterly, and annual inspections. Monthly tasks include checking the humidifier for contamination, ensuring proper fan operation and monitoring the cooling circuit for leaks and smooth functioning. Quarterly maintenance focuses on more detailed assessments, including checking the motor circuit-breaker, monitoring air filter contamination, and examining the coolant system’s functionality for potential leaks or bubbling. Annual inspections are comprehensive, requiring cleaning of coils, assessing power consumption, and checking the electric heater’s safety mechanisms. This systematic approach aims to ensure that cooling systems operate efficiently and safely, which is crucial for environments requiring controlled climate conditions. The maintenance program is likely developed in the context of federal grants and local RFPs to ensure compliance, reliability, and safety in institutional settings.
    The government document outlines a list of deliverables required from a contractor, ensuring compliance with professional standards and the Performance Work Statement (PWS). The deliverables include As-Built Drawings, a Work Schedule, Status Reports, Meeting Minutes, Test Reports, a Test Plan, an OPSEC Plan for operational security concerning critical infrastructure, and a Quality Control Plan for maintaining standards. Each item has specific objectives, such as providing updates on functionality or ensuring continuity during the project. These deliverables are essential for effective communication between the contractor and customer, verifying functionality, and maintaining high-quality standards throughout the installation of CRAC units at the designated location. The document emphasizes the government's role in accepting and approving these deliverables as part of its oversight responsibilities in federal RFPs and grants, aiming to ensure that project outcomes meet established requirements and regulations.
    The Performance Work Statement (PWS) outlines the requirements for a contract focused on the maintenance, repair, and replacement of Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM). The contractor is responsible for all necessary personnel, tools, and materials while adhering to industry standards. The primary objectives include replacing outdated CRAC units using R-22 refrigerants, providing preventative maintenance on designated units, and maintaining network connectivity essential for various military operations. The contract has a comprehensive period of performance that includes a transition phase, base award, and multiple option periods. Quality control measures and a Quality Assurance Surveillance Plan will ensure service compliance. The contractor must provide on-call services for emergencies, maintain detailed logs, and comply with JBLM security regulations. Proper background checks for personnel working on site are mandatory. Overall, this document serves as a structured guideline for contractors, ensuring that vital air conditioning systems remain operational, thereby supporting critical communication infrastructure within the military environment.
    The document outlines the Request for Quotation (RFQ) FA8773-25-Q-0001, which pertains to the maintenance, repairs, and replacement of Computer Room Air Conditioning (CRAC) units within specified buildings. Key discussions include the replacement of R-22 units, installation of new CRAC systems, and the necessary documentation such as As-Builts and Test Reports. The government clarifies that maintenance costs for new installations should be included in initial proposals and specifies that temporary cooling must be provided during equipment replacements. Questions from contractors address requirements for monitoring systems, insulation replacements, and cooling unit specifications, with the government providing detailed responses on processes and maintenance responsibilities. Additionally, the document notes critical timelines for filter and belt replacements as part of periodic maintenance. This RFQ indicates the government’s intent to ensure optimal environmental control in telecommunications rooms while addressing compliance with ANSI/TIA/EIA standards. The structured Q&A format captures ongoing contractor queries and corresponding government clarifications, establishing a clear framework for expectations around the CRAC services required for operational efficiency.
    The RFQ FA8773-25-Q-0001 outlines the requirements for maintenance, repair, and replacement of Computer Room Air Conditioning (CRAC) II units within specific buildings. The solicitation includes clarifications on new installations, unit replacements, and maintenance obligations. Notable key points include the need to replace R-22 refrigerant units with alternatives, provide As-Built drawings for certain facilities, and confirm temporary cooling during unit replacements. Specific guidelines on installation and testing procedures are detailed, ensuring compliance with ANSI/TIA/EIA standards for temperature and humidity control in telecommunications rooms. The document emphasizes contractor responsibilities regarding parts, maintenance, and the acquisition of necessary permits, while permitting limited surface mounting for electrical and mechanical systems. Furthermore, it discusses infrastructure support, including water access for cleaning and the requirement for contractor-provided safety data sheets when using chemicals. Overall, this request for quotes aims to ensure operational efficiency of cooling systems crucial for maintaining optimal conditions in critical telecommunications environments.
    The document outlines a Request for Proposal (RFP) for maintenance, repairs, and replacement services related to Computer Room Air Conditioning (CRAC) systems. It delineates a structured pricing format with multiple Contract Line Item Numbers (CLINs) for various labor, parts, other direct costs (ODC), and Contract Data Requirements Lists (CDRLs) across five option years. The base period's total is budgeted at $35,000, escalating with each option year, culminating in option year five at $22,119.35, reflecting a total evaluated price of $223,385.07 for the entire contract duration. The performance period spans from July 1, 2025, to December 30, 2030, encompassing regular maintenance and potential upgrades to the CRAC systems. This RFP showcases the government's commitment to ensuring efficient climate control in critical infrastructure, underscoring the need for ongoing technical support in line with budgeting constraints and strategic planning for options. The inclusion of standard notices indicates adherence to federal procurement regulations.
    The document outlines a comprehensive inspection and maintenance schedule for Computer Room Air Conditioning (CRAC) units, detailing both monthly, quarterly, and annual tasks. The primary focus is on ensuring the proper functionality and cleanliness of various components, including fans, cooling circuits, humidifiers, and condensate systems. Monthly inspections include checking for contamination, operational smoothness of fans, compressor functionality, and the integrity of condensate systems. Quarterly tasks involve more extensive evaluations such as checking motor circuit-breakers, air filters, and measuring temperatures in the cooling circuit. Annual checks further include assessments of power consumption, functionality of electric units, and thorough cleaning of the units. The systematic structure of the maintenance tasks ensures that the CRAC units operate efficiently and meet environmental and safety regulations. This documentation is critical for entities submitting RFPs or seeking federal grants by demonstrating adherence to maintenance standards that facilitate secure and effective operation of critical cooling infrastructure.
    The Performance Work Statement (PWS) outlines the requirements for a contract to maintain, repair, and replace Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM). The contractor is tasked with supplying all personnel, tools, and materials necessary for these services, with a focus on units essential for communication network connectivity. The PWS emphasizes the contractor's independence from government oversight while ensuring accountability. Key objectives include replacing outdated CRAC units using R-22 refrigerant with energy-efficient alternatives, conducting scheduled preventative maintenance, and maintaining operational records. The period of performance consists of an initial 30-day transition followed by an 11-month base period and four 12-month options. Additionally, quality control measures are mandated, with the contractor required to submit a Quality Control Plan (QCP) and adhere to quality assurance evaluations. The PWS specifies operational hours, holiday considerations, and security requirements for contractor personnel. Specific tasks include necessary testing and maintenance schedules, ensuring units operate within defined temperature and humidity parameters. This document exemplifies federal contracting protocols by outlining the service requirements, expectations for performance, and compliance with applicable regulations to facilitate an efficient and effective maintenance program for essential cooling systems at JBLM.
    The Performance Work Statement (PWS) details the requirements for maintenance, repairs, and replacement of Computer Room Air Conditioning (CRAC) units at Joint Base Lewis-McChord (JBLM). The contract obliges the Contractor to provide necessary personnel, equipment, and tools to ensure the CRAC units function optimally, preserving network connectivity essential for all organizations at JBLM. Key objectives include replacing outdated R-22 refrigerant units with environmentally friendly alternatives and performing regular preventative maintenance. The contract spans a 30-day transition period, followed by an 11-month base period and four optional extensions. Quality control measures and compliance with multiple regulations guide service delivery, emphasizing timely execution and emergency responsiveness outside standard hours. The Contractor must ensure proper identification and adhere to JBLM security protocols while maintaining equipment and infrastructure. Overall, this PWS outlines the comprehensive framework for managing CRAC units, ensuring mission-critical operations are sustained effectively while aligning with environmental standards.
    The document outlines a Request for Quote (RFQ) issued by ACC/AMIC Det 2 for Computer Room Air Conditioning (CRAC) II Maintenance, Repairs, and Replacement at Joint Base Lewis McChord, WA. The RFQ, FA8773-25-Q-0001, was released on April 21, 2025, with an estimated contract value of $19 million and a performance period from July 1, 2025, to June 30, 2030. A firm fixed price contract is intended, with a site visit scheduled for May 9, 2025. Offerors must submit questions via an attached Q&A spreadsheet by May 2 and May 14, 2025, for inquiries related to the solicitation. Quotes are to be emailed by May 21, 2025, at 4:00 PM CST, and the evaluation will focus on the lowest price for technically acceptable offers. The solicitation emphasizes the importance of a site inspection and compliance with specified conditions, and it reserves the government's right to cancel the solicitation without reimbursement for costs incurred by offerors. Additional documents support various requirements and protocols for participants.
    The document outlines facility locations and equipment specifications at Joint Base Lewis-McChord (JBLM), focusing on two groups of buildings, each detailing their addresses and specific air conditioning units. Group 1 includes buildings such as J00007, J00100, J00555, and J00851, featuring various models and manufacturers like Mitsubishi and DataAire. Group 2 lists locations including J00309 and J01422, with units primarily from Daikin and Liebert. The document serves as an inventory, providing serial numbers and unit specifications for maintenance and operational purposes. The structured format aids in addressing requests for proposals (RFPs) and grants related to facility upkeep and modernization, emphasizing the strategic importance of maintaining HVAC systems in military and federal facility management contexts.
    The file outlines the electrical symbols, lighting plans, and general notes for the FY20 SOF 22 STS Operations Facility located at Joint Base Lewis McChord, Washington. It provides detailed specifications for various electrical components, including lighting fixtures, receptacles, disconnect switches, transformers, and circuit breakers. The document emphasizes the importance of coordination among trades, specifying installation heights for devices, compliance with electrical codes, and grounding requirements. Additionally, it includes instructions for receptacle placements, emergency power arrangements, and safety practices, such as ensuring the location of fixtures and devices does not conflict with building structures or user accessibility. The document serves as a critical reference for contractors involved in the project, guiding their understanding of installation protocols, symbol definitions, and compliance with safety regulations and project specifications. Overall, it underscores the necessity for detailed planning in ensuring the facility meets operational requirements while adhering to federal and local codes.
    The document pertains to the mechanical systems and HVAC plans for the FY20 SOF 22 STS Operations Facility at Joint Base Lewis McChord, Washington. It includes detailed specifications regarding ductwork, piping, and mechanical equipment, aimed at ensuring operational efficiency and compliance with applicable codes. Key elements include various symbols and abbreviations for components such as dampers, ducts, and valves, which are critical for the installation of a comprehensive HVAC system. The mechanical notes emphasize the need for proper installation, coordination among trades, and specific construction protocols, maintaining clearances and access to equipment. The project reflects the efforts by the US Army Corps of Engineers and focuses on modernizing facility infrastructure while adhering to rigorous safety and operational standards. The detailed mechanical and HVAC plans serve to guide contractors in executing the construction while ensuring the systems function effectively and meet the necessary safety requirements. Overall, the document consolidates essential technical details to facilitate efficient project execution and regulatory compliance.
    The document details specifications from NCS Corporation and Blue Mountain Mechanical related to a federal Request for Proposals (RFP) or state/local contracts. It emphasizes the technical details of modulatory components and systems, primarily focusing on heating, ventilation, and air conditioning (HVAC) applications that include various valve models and their operational characteristics. Key equipment specifications include modulation types and pressure drop measurements, which are critical to meet service demands in building infrastructure. The document is structured with repeated mention of the companies' contact information, followed by a table listing equipment specifications, models, and operational parameters. The comprehensive identification of products suggests preparation for bidding on projects that require precise mechanical controls, importantly aligning with federal or state regulatory standards. There’s an evident focus on engineered solutions that cater to water and steam systems, indicating the companies' capabilities in supporting infrastructure improvement efforts for federal or state contracts. Overall, this document serves as a technical proposal to strengthen potential bids by outlining firm capabilities and product offerings within the HVAC sector.
    The RFQ FA8773-25-Q-0001 outlines a requirement for maintenance, repairs, and replacement services related to Computer Room Air Conditioning (CRAC) units. This solicitation is aimed at securing a qualified contractor to ensure the efficient operation of CRAC systems, which are critical for maintaining optimal environmental conditions in data centers. The document includes a section for contractor questions and government responses, indicating an interactive process for clarifying service requirements and expectations. Specific references to pertinent paragraphs in the Performance Work Statement (PWS) are provided for contractors to understand project scope and limitations. The overall intention of this RFQ is to establish a reliable partnership for ongoing support and management of CRAC systems, emphasizing the government's need to maintain infrastructure integrity in technology-dependent environments.
    The document outlines a federal solicitation (FA877325Q0001) for maintenance and repair services of Computer Room Air Conditioning (CRAC) units located at Joint Base Lewis-McChord, with a total value of $19 million. It specifies the scope of work over five years, including labor and parts for maintenance as well as replacement services for outdated units. The contractor is responsible for the upkeep of 20 CRAC units organized into two groups and is required to adhere to federal acquisition regulations including payment and procurement processes. Key deliverables include a variety of labor and parts items offered over a series of annual options, all adhering to firm fixed pricing arrangements. Specific requirements for inspections, payment processing through the Wide Area Workflow system, and relevant contract clauses are detailed to ensure compliance. The solicitation also emphasizes the inclusion of economically disadvantaged women-owned small businesses and other designated business classifications such as service-disabled veteran-owned and HUBZone small businesses. The proposal calls for a structured approach to maintain operational efficiency within military facilities, showcasing the government's commitment to supporting small business engagement while maintaining critical infrastructure.
    The document serves as an amendment to a solicitation, specifically a modification of a contract related to the replacement of Climate Control Units at Tinker Air Force Base. It primarily outlines the acknowledgment process for offers in response to amendments and clarifies changes to the Performance Work Statement (PWS). Key modifications include the replacement of R-410A refrigerant with environmentally friendly R-454B in specified CRAC units that currently use R-22 refrigerant and the removal of references to Building J0008, which does not require any unit upgrades. Additionally, it indicates administrative changes and reiterates that all previous terms and conditions remain unchanged unless otherwise noted. The document stresses the importance of timely acknowledgment of amendments to avoid rejection of offers, emphasizing compliance in federal contracting practices. Overall, this amendment reflects the government's commitment to environmental standards while maintaining operational integrity within its facilities.
    The document is an amendment to a solicitation related to federal contracting, specifically concerning changes to the Performance Work Statement (PWS). The amendment extends the offer submission deadline and outlines the procedures for acknowledging receipt of the amendment by prospective contractors. It specifies that changes made can be communicated in various forms, and failure to acknowledge the changes may result in rejection of offers. The summary of changes includes an update to the PWS, which supersedes all prior versions and incorporates updated checklists and information for specific units. Key revisions involve modifications to the "as-built" documentation for several units, suggesting an effort to enhance or clarify project requirements. Additional attachments that provide supporting documents, including updated performance work statements and maintenance checklists, have also been added as part of this amendment. This amendment demonstrates the government's ongoing commitment to maintaining accuracy and clarity in contractual obligations while ensuring that all interested parties are informed of modifications that impact the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Dept Of Defense
    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.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through 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, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    41--AIR CONDITIONER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 16 air conditioners under solicitation number NSN 4120016281437. The requirement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the units to DLA Distribution within 149 days after order. These air conditioning units are critical for maintaining operational efficiency in various military settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.