WPAFB HPW HVAC Replacement
ID: W912QR25B0053Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Engineer District, Louisville, is soliciting bids for the comprehensive replacement of the Heating Ventilation and Air Conditioning (HVAC) system at Wright-Patterson Air Force Base (WPAFB) in Ohio. This project involves the design and construction of a new HVAC system for facility 20824, a 49,000 square foot research building, which includes replacing existing air handling units and converting the facility to a variable air volume system, along with the installation of a modular chiller-heater. The successful contractor will be responsible for ensuring compliance with various safety and construction codes, as well as addressing existing fire alarm and sprinkler systems during the renovation. Interested parties must submit their bids by September 2, 2025, at 10:00 AM ET, and should direct inquiries to Ranzel Merideth at ranzel.l.merideth@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document lists attendees from various companies at an event, including Jeff Jones from Cam Mgmt, Jon Ely from ESI, Brandon Theiss from Pinnacle, Gareth Beachler from Calvin, Reniata Wilson and Ryan Basinger from Love Professional Contracting LLC, Jake Ernst from Gana-A'Yoo Construction Services, and Joshua Titter from Bering Straits Construction Solutions LLC. This type of attendance record is common in government files related to RFPs, federal grants, or state and local RFPs, as it documents participation in pre-bid conferences, industry days, or workshops where potential contractors or grantees gather information and network.
    The document lists attendees from various companies who participated in a meeting or event relevant to federal government RFPs, grants, and state/local RFPs. It includes names and their corresponding organizations, which are: Cam Management, ESI, Pinnacle, Calvin, Love Professional Contracting LLC, Gana-A'Yoo Construction Services, and Bering Straits Construction Solutions LLC. Notably, multiple representatives from Love Professional Contracting LLC were present. This collective attendance suggests an intersection of interests related to government contracting opportunities, likely focusing on how these firms can engage with federal and local projects. The presence of diverse contractors could indicate a collaborative effort to address specific requirements and solicitations outlined by governmental entities. The document serves as a registration or attendance record for the discussions aimed at enhancing cooperation in the procurement processes among participating businesses.
    The document, Amendment 003 to Solicitation W912QR25B0053, outlines critical changes for the HVAC & Controls Renovation project at WPAFB, OH. The submission deadline has been extended to August 21, 2025, at 10:00 AM EST. Key revisions include updated demolition lighting plans for Levels 1 and 2 (ED210, ED211, ED212, ED220), a new Level 1 West Lighting Plan (E-210), and revised electrical schedules (E-601, E-602, E-604). Most significantly, the Construction Wage Rates for Greene County, Ohio, have been entirely replaced, incorporating new minimum wage requirements under Executive Orders 14026 and 13658, and detailed rates for various trades. The document also provides hazardous materials demolition notes, including the presence of asbestos, mercury, and PCBs, and clarifies wage determination appeal processes. This amendment aims to update project specifications and ensure compliance with federal labor standards.
    This US Army Corps of Engineers document details the FY2026 HVAC and Controls Renovation project (P2# 513984, Solicitation No. W912QR25B0053_Plans-0004) at Wright-Patterson AFB, Ohio. The project, managed by the Louisville District, involves a comprehensive renovation across the first floor, second floor, and penthouse, including the modification of existing fire alarm and sprinkler systems. The file includes sequencing plans, a sheet index covering general, fire protection, structural, architectural, mechanical, and electrical drawings, and a detailed code summary analysis. Key codes referenced include UFC and NFPA standards for life safety, fire protection, and building construction. The renovation is classified as Phase 1, focusing on HVAC systems, and will not exceed the 50% area threshold on any floor when combined with Phase 2. The existing building is protected by an automatic sprinkler system, and the project does not require mass notification due to its classification as a non-major investment.
    Amendment 0004 for Solicitation W912QR25B0053 details the HVAC & Controls Replacement project at Wright-Patterson AFB, OH. Key changes include extending the submission date to August 27, 2025, at 10:00 AM EST, and revising specification sections, particularly for "LOW PRESSURE WATER HEATING BOILERS." The Project Number has been updated from P2#513984 to P2#513948 in both specifications and drawings. The wage determination OH20250081 has been updated to Revision 10, dated August 15, 2025, and includes detailed wage rates for various trades, along with information on Executive Order 14026 and 13658 minimum wage requirements. The document also outlines comprehensive requirements for as-built drawings, including maintenance, submission, and electronic file formats using 2020 Autodesk Revit CAD software, and specifies procedures for equipment data, O&M manuals, and field training, with financial withholdings tied to their completion and approval.
    The document outlines a solicitation for the HVAC & Controls Replacement F/20824 project at Wright-Patterson AFB, OH. It details the requirements for design, installation, and testing of wet pipe sprinkler systems and general plumbing. Key aspects include adherence to NFPA 13 and UFC 3-600-01 for fire suppression, with specific instructions for hydraulic calculations, sprinkler coverage, and the involvement of a Qualified Fire Protection Engineer (QFPE). The plumbing section emphasizes compliance with ICC IPC and various ASME, ASTM, and ASSE standards. Both sections detail extensive submittal procedures, quality assurance, and qualifications for personnel, stressing the use of standard, approved products and rigorous testing protocols to ensure system functionality and safety.
    The document serves as an amendment to an existing solicitation for a contract related to the replacement of the HVAC system in building F/20824 at Wright-Patterson Air Force Base (WPAFB), Ohio. It modifies previous solicitation details and includes critical information for a scheduled site visit on July 9, 2025. The amendment specifies that attendees are required to RSVP by providing their name, company, and contact information, along with a current state-issued ID for entry. Essential modifications include updates to Clause 52.236-27 related to site visits, indicating that contractors must inspect the work site, given the clauses concerning differing site conditions. The document outlines the logistics for the site visit, including meeting times at Pass and ID, transportation to the site, and the schedule for the visit itself. It emphasizes that no inquiries will be fielded during the visit, directing participants to use the Projnet Bidder Inquiry site for questions instead. Overall, this file underscores the government’s intention to facilitate contractor participation in the HVAC project while ensuring compliance with administrative protocols and site visit regulations.
    The document is an amendment regarding the solicitation for the HVAC Replacement project at Wright-Patterson Air Force Base (WPAFB), Ohio. It modifies the submission deadline, changing the due date for proposals from July 28, 2025, to August 12, 2025, at 1:00 PM ET. This amendment is crucial for potential contractors, as they must acknowledge receipt of this change in order to have their proposals considered. Failure to do so may result in rejection. The document follows standard procedures outlined under the Federal Acquisition Regulation (FAR) and specifies how contractors should confirm their acknowledgment. Overall, this amendment aims to facilitate the bidding process and ensure compliance with federal contracting norms, emphasizing the importance of adhering to updated deadlines for effective project management.
    Amendment 0005 to Solicitation W912QR25B0053 extends the submission deadline for bids to September 2, 2025, at 10:00 AM EST. This amendment, issued by the U.S. Army Engineer District, Louisville, modifies the original solicitation dated June 27, 2025. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document outlines the procedures for acknowledging the amendment, including returning signed copies, noting it on the offer, or sending a separate letter or telegram. It emphasizes that failure to acknowledge the amendment by the specified deadline may result in the rejection of the offer.
    Similar Opportunities
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    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.
    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.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    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.