Variable Refrigerant Flow (VRF) System Support Services
ID: Fa301625R0034-SolType: Solicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Variable Refrigerant Flow (VRF) System Support Services at Joint Base San Antonio, Texas. The procurement aims to secure maintenance and training services for HVAC technicians on various VRF system brands, ensuring compliance with safety protocols and efficient operation of HVAC systems across multiple installations. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, with a performance period from June 1, 2025, to May 31, 2026. Interested contractors must submit their proposals by 10:00 AM on June 2, 2025, and can direct inquiries to Teresa Calavera Sullivan at teresa.sullivan.4@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil.

    Point(s) of Contact
    Teresa Calavera Sullivan
    teresa.sullivan.4@us.af.mil
    N. Marie Phillips
    norena.phillips@us.af.mil
    Files
    Title
    Posted
    The Women-Owned Small Business (WOSB) solicitation outlines a federal request for proposal (RFP) for commercial products and services, specifically focusing on Variable Refrigerant Flow (VRF) system support services at Joint Base San Antonio. The primary requirements include maintenance and training for HVAC technicians on various VRF system brands, along with materials reimbursement based on set approval limits. The contract stipulates a performance period from June 1, 2025, to May 31, 2026. Key points include the incorporation of various federal acquisition regulations (FAR) clauses, procedures for electronic payment processing via Wide Area Workflow (WAWF), and adherence to specific health and safety protocols. The document designates particular eligibility criteria for contract participation, emphasizing the importance of supporting small business initiatives, particularly for women-owned and economically disadvantaged groups. It further enforces compliance with regulations related to contractor employee rights and environmental considerations. Overall, this solicitation serves as a structured legal and operational framework to ensure efficient service delivery while promoting small business participation in federal contracting.
    The Performance Work Statement (PWS) details the requirements for technical maintenance support and training services for Variable Refrigerant Flow (VRF) systems at Joint Base San Antonio (JBSA). The contractor must provide skilled labor, equipment, and materials to support the 502d Civil Engineering Squadron at multiple installations, including Fort Sam Houston and Lackland Air Force Base. Key roles include Journeyman HVAC Technicians with manufacturer-specific certifications and qualified instructors to train personnel on preventative maintenance and troubleshooting VRF systems. The contractor is responsible for both corrective and preventative maintenance on various VRF systems, requiring detailed quotes for repairs and compliance with safety protocols. Training will occur twice a month and include both classroom and practical components. Weekly maintenance reports and monthly training summaries must be submitted to the Contracting Officer Representative (COR). Emergency services are also part of the contract. This document serves as a comprehensive guide for contractors bidding on the project, emphasizing safety, efficiency, and adherence to quality standards in maintaining vital HVAC systems necessary for the functioning of the installations.
    The document outlines the Wage Determination No. 2015-5253 under the Service Contract Act, specifying minimum wage rates for contractors in Texas effective for 2025, with rates varying based on contract initiation dates and corresponding executive orders. It details occupational wage rates, fringe benefits, and additional requirements for paid sick leave under Executive Order 13706. Moreover, it describes the process for contracting officers to classify unlisted job positions and ensure compliance with federal wage standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    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.
    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.
    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.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Real Time Location Environmental Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for cooling tower service at the James J. Peters VA Medical Center in the Bronx, New York. The procurement involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its supporting equipment, with a contract period starting January 1, 2026, and extending through December 31, 2031, including four one-year options. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of experienced personnel familiar with Marley cooling towers and compliance with federal and local regulations. Interested contractors must confirm attendance for a mandatory site visit by December 4, 2025, and submit their quotes by December 9, 2025, at 4:30 PM ET, with inquiries directed to Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    41--REFRIGERATION SYSTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of refrigeration systems, specifically for National Stock Number (NSN) 4130015374995. The requirement includes a quantity of 108 units to be delivered to DLA Distribution within 11 days after order (ADO), with approved sources listed as 0VL44 4210202 and 34623 6019788. These refrigeration systems are critical for maintaining temperature-sensitive supplies and equipment within military operations. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    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.