HVAC Replacement Norfolk International Airport
ID: 697DCK-25-R-00257Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

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

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This procurement involves the demolition of outdated HVAC systems and the installation of new units, with an estimated construction budget ranging from $1.5 million to $3.5 million. The project is critical for maintaining efficient airport operations and ensuring compliance with federal standards, particularly under the Infrastructure Investment and Jobs Act (IIJA). Interested contractors must submit their proposals by 4 PM Eastern Time on May 29, 2025, and are encouraged to attend a site visit scheduled for April 24, 2025. For further inquiries, potential bidders can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Norfolk International Airport is set to undertake an HVAC Replacement project under a firm-fixed price contract. Managed by the Federal Aviation Administration (FAA), the project entails the demolition and removal of existing HVAC equipment and the installation of new systems, including air handlers, condensing units, and control systems. Specific phases of work will be structured to ensure minimal disruption to airport operations, particularly during established moratorium dates during peak travel periods. The contractor is responsible for coordinating with FAA and adhering to defined working hours (11:00 PM to 5:00 AM) for construction activities. Strict guidelines for safety, environmental considerations—including compliance with lead and asbestos regulations—and quality control are emphasized throughout the project. The contractor must also manage utility disruptions and ensure the protection of existing facilities. With various stages of work defined, the project highlights the need for effective communication and planning to align with FAA operations and airport authority requirements, thus reinforcing the commitment to safety and operational integrity in aviation infrastructure upgrades.
    The document is a "Past Experience Form" related to federal government Requests for Proposals (RFPs) and grants, specifically identifying past project experience of potential contractors. The form requires detailed information for up to three projects demonstrating relevant experience, including project titles, locations, client organizations, scopes of work, roles (either as prime contractor or sub-contractor), completion rates (at least 90%), and final contract amounts (over $150k). Each project entry mandates contact information for client representatives to verify the information provided. The structured format encourages consistency and thoroughness in reporting previous performance to assess eligibility for future government contracting opportunities. This form underscores the importance of documented previous experience and client references in securing federal or state-level funding or contracts.
    The document outlines interim clauses from the Federal Aviation Administration (FAA) aimed at enhancing the participation of small businesses in federal contracting. It emphasizes a commitment to providing equitable opportunities for small, disadvantaged, women-owned, service-disabled veteran-owned, and HUBZone businesses. Awarding contracts to these entities is mandated, along with timely payments to ensure their participation. The subcontracting plan required from contractors must specify goals for engaging small businesses and outline methods for achieving compliance, including reporting obligations through the Electronic Subcontracting Reporting System (eSRS). Specific definitions for different types of small business concerns are provided, alongside contractual obligations for the timely payment of subcontractors. Furthermore, the document includes references to the Davis-Bacon Act, mandating that laborers on project sites receive fair wages. It establishes a precedent for environmentally responsible procurement practices, particularly concerning products that do not contain ozone-depleting substances, in alignment with federal sustainability initiatives. Overall, the document serves as a regulatory framework to increase small business engagement in federal contracts while ensuring compliance with labor standards and promoting environmental stewardship.
    The document outlines various Request for Proposals (RFPs) and grants available at the federal and state/local levels. It focuses on funding opportunities aimed at improving community infrastructure, public health initiatives, and environmental restoration projects. Important details include eligibility requirements for applicants, specific project goals, funding amounts, and deadlines for submissions. The grants cover a range of areas, including renewable energy development, healthcare enhancements, and education initiatives. The emphasis is on fostering innovation and collaboration among public and private entities to achieve sustainable development. The document serves as a vital resource for organizations seeking federal support to advance their projects while adhering to necessary regulatory guidelines. The guidance it offers is intended to ensure that proposals are well-structured and targeted towards achieving the outlined objectives, contributing significantly to community well-being and resource management.
    The document appears to be a corrupted or heavily encoded file, making it difficult to derive coherent information regarding RFPs, federal grants, or state and local requests for proposals. Although it is meant to address topics related to government funding opportunities and project solicitations, the legible sections remain minimal and unstructured, lacking clear details or a central theme. From the analysis, it seems the document's intent may have been to outline various government contracts or grants, beneficial for federal, state, or local entities, detailing procedures, timelines, and eligibility requirements essential for applicants. However, due to the significant amount of corruption, most key concepts and supporting arguments related to these opportunities remain obscured. Given the scarcity of intelligible content, the summary lacks concrete key points or logical progression typically found in a well-structured government summary. This insufficient portrayal prevents a more comprehensive understanding, illustrating possible issues with document formatting or data extraction methods that require addressing to ensure effective communication of government initiatives and funding opportunities.
    The Q&A document pertains to the ORF HVAC Replacement Project, detailing inquiries from contractors regarding project specifications and requirements. Key discussions include the acceptability of project drawings, the provision of as-built drawings, and clarification of responsibilities regarding hazardous materials. The FAA confirmed that a complete set of as-built drawings will be provided, and there will be no hazardous material abatement under the project scope. The document outlines requirements for onsite personnel, including a full-time superintendent and a Quality Control Manager, emphasizing their need to be employees of the prime contractor. Additionally, it addresses issues of temporary heating and cooling systems during the project and clarifies responsibilities relating to roof work, emphasizing that any necessary roofing activities must be coordinated with a separate roofing contract. The FAA stipulates clear guidelines regarding the project's completion timeline, emphasizing the importance of approvals for submittals before the Notice to Proceed (NTP) can be issued. Liquidated damages are not applicable for this contract. This Q&A provides clarity and assurance on project execution while ensuring adherence to contractual obligations, reflecting typical practices in federal RFP processes.
    The Q&A document pertains to the ORF HVAC Replacement Project, addressing various clarifications and requirements related to the project’s Request for Proposals (RFP). Key points include the acceptance of reused past performance questionnaires (PPQs) in proposals and confirmation that Q&A responses are binding to the contract. There is reassurance on the independent contractor status of the Commissioning Agency, emphasizing contractor responsibilities for costs and contracts. Additionally, the FAA is open to changes in project phasing discussions to accommodate scheduling needs. Existing systems need to remain in operation, and temporary HVAC units do not require Building Automation System (BAS) integration. Clarifications are also provided regarding construction permits, site conditions, and required qualifications for personnel. Important logistical details such as the project’s estimated cost range of $2-3 million and the revised bid due date of November 25, 2024, are highlighted. Responding to operator queries about construction materials, structural support, and prevailing wage rates ensures adherence to project specifications and qualifications. Overall, the document serves as an essential reference for contractors participating in the bidding process, ensuring compliance, clarity, and successful project execution.
    This document is an amendment to a solicitation/modification of a contract issued by the Federal Aviation Administration (FAA) for the Base Building HVAC Upgrades project at Norfolk International Airport in Norfolk, VA. The amendment incorporates questions and answers regarding the solicitation, ensuring potential contractors are informed about necessary clarifications. Key details include the issuance of the amendment on April 16, 2025, which affects the original contract order referenced by the specified numbers. Contractors are required to acknowledge receipt of the amendment before the stated deadline to ensure their proposals remain valid. This amendment is part of the funding brought forth by the Infrastructure Investment and Jobs Act (IIJA), highlighting the government's commitment to improve infrastructure through federal support. As a crucial administrative document, it outlines procedural requirements for contractors responding to the amendment while maintaining all previous terms and conditions of the contract unchanged. The document emphasizes the importance of communication and compliance during the procurement process to ensure the successful execution of the project.
    The document outlines a solicitation for construction work focused on HVAC upgrades at Norfolk International Airport under the Infrastructure Investment and Jobs Act (IIJA) funding, with a budget range of $1.5 million to $3.5 million. The project requires completion within 365 days following the issuance of the Notice to Proceed (NTP). Key tasks include demolition of outdated HVAC units, installation of new systems, and necessary electrical and civil modifications. Contractors must submit detailed cost breakdowns and are encouraged to attend a pre-construction conference and site visit. Insurance requirements and compliance with specific government regulations are emphasized, alongside performance and payment bonding. The competitive procurement is open to all bidders per the North American Industry Classification System (NAICS) size standard 238220. The document also contains clauses regarding project inspections, warranties, liquidated damages for delays, and adherence to federal guidelines. Ultimately, this solicitation aims to enhance the airport's mechanical systems, ensuring efficient operation of critical infrastructure while maintaining compliance with federal standards and practices.
    The document appears to be a federal government file concerning Requests for Proposals (RFPs), grants, and likely state and local procurement processes. While the text is largely unreadable due to formatting issues, the focus is inferred to be on the mechanisms by which government agencies solicit bids from contractors, manage funding for projects, and ensure compliance with federal and state requirements. Key points include the need for transparency in the procurement process, guidelines for applying for grants, and the importance of adhering to specific federal and state regulations. The document likely emphasizes the significance of detailed planning and compliance to facilitate project success and minimize risk. Overall, the purpose of the document is to provide clarity on the RFP and grant processes, ensuring potential bidders understand expectations and requirements when engaging with government entities for funding and services. This encompasses deadlines, necessary qualifications, and procedures for submission, emphasizing the role these processes play in supporting public projects.
    The document outlines an amendment to the solicitation for the "Base Building HVAC Upgrades" project at Norfolk International Airport, supported by funds from the Infrastructure Investment and Jobs Act (IIJA). The amendment serves to integrate a document containing questions and answers relevant to the solicitation and to add specific AMS clause 3.4.1-12 into the contract. The amendment details that offers must acknowledge receipt of this modification by specified methods and stresses the importance of this acknowledgement to avoid offer rejection. It also includes insurance requirements for contractors, emphasizing the need for various types of liability insurance, including worker's compensation, general liability, and environmental impairment liability. Contractors must maintain these insurance policies throughout the contract duration and provide proof before work commences. The modification ensures all previously set terms remain effective, emphasizing the adherence to FAA regulations and procedures.
    The document is centered on the management and dissemination of federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It underscores the importance of adhering to proper procedures for submitting proposals and receiving grants, with attention to compliance and accountability measures mandated by various governmental layers. Key elements include eligibility criteria for grants, submission timelines, evaluation processes, and required documentation. Additionally, it highlights the significance of transparency in the grant allocation process and establishes guidelines for communication between applicants and government agencies. The document aims to streamline the proposal process, improve funding accessibility, and ensure that projects align with federal and state priorities. Overall, it serves as a vital resource for potential applicants seeking government funding opportunities, outlining the steps necessary for successful participation in government-sponsored projects.
    TRC Environmental Corporation conducted a limited hazardous building materials survey at Norfolk International Airport in Virginia Beach, Virginia, under contract with the Federal Aviation Administration (FAA). Initiated on September 1, 2022, the survey focused on identifying hazardous materials associated with the roof replacement project. The findings revealed no asbestos-containing materials (ACM) exceeding 1% in the samples analyzed, while some lead-based paints (LBP) were detected. Specifically, two of four paint chip samples showed lead concentrations above permissible limits, necessitating compliance with OSHA regulations for any activities disturbing painted surfaces. The report emphasizes that any undiscovered materials during demolition should be sampled by certified inspectors and treated as ACM if not analyzed. This strategic review is aimed at ensuring the safety of renovation activities and adherence to environmental regulations, vital for federal and local construction projects.
    The document primarily addresses federal and state RFPs and grants, showcasing the procedural and regulatory frameworks guiding them. It emphasizes the importance of compliance with both federal and local standards when submitting proposals for funding opportunities. Key ideas include the requirement for detailed project specifications, the role of various stakeholders in the RFP process, and the expected outcomes of funded projects. Additionally, it outlines the evaluation criteria used by funding agencies to assess proposals, highlighting factors such as project feasibility, impact on community needs, and alignment with governmental priorities. The document serves as a comprehensive guide for potential applicants, emphasizing the necessity for clarity, accuracy, and adherence to guidelines to secure funding successfully. Overall, it reinforces the government's commitment to providing support for initiatives that meet legislative and regulatory expectations, aiming to promote community development and enhance public services.
    The RFP 697DCK-25-R-00257 pertains to the replacement of HVAC systems for the FAA, addressing contractor questions regarding project specifications. Key directives emphasize that contractors are not responsible for repairing pre-existing damage that isn’t outlined in project documents, and they must protect existing furniture without relocation. All necessary plumbing and mechanical testing can be conducted by subcontractors, except for TABS, which requires third-party involvement. The contractor must include builder's risk insurance in their proposal, and no costs are associated with FAA IDs or invoicing through DELPHI. The work can be executed during daytime or night shifts with no stipulated requirement for temporary barriers or fencing around the site. The project is time-sensitive, preferring continuous work without delays between phases, and allows for a timeline extension if additional bid alternates are accepted. All costs, including taxes and permits, are the contractor's responsibility. The absence of hazardous materials has been confirmed, and the contractor must maintain compliance with HVAC-related energy standards. Overall, this document outlines the project parameters necessary for contractors to submit competitive bids, emphasizing clarity in roles, responsibilities, and project specifics to ensure effective execution.
    RFP 697DCK-25-R-00257 addresses the replacement of HVAC systems as part of a federal project. In a recent Q&A session dated May 21, 2025, a contractor inquired about using alternative equipment from a different manufacturer that meets the project's specifications and is more cost-effective. The FAA responded, stating that as long as the alternative equipment aligns with the project's Basis of Design and technical regulations, it is acceptable. The FAA emphasized the importance of not endorsing specific manufacturers as part of their procurement process. This interaction illustrates the federal government's flexibility in accepting competitively priced alternatives, provided they conform to established specifications.
    The document pertains to RFP 697DCK-25-R-00257, which involves HVAC replacement services for a federal project. A site visit was conducted on April 24, 2025, with various construction companies represented by their attendees. The participants included Ronan Lynn from McKenzie Construction, Dave Sterling from Virtexco, James Deskins from Make Ready, Tailer Beebe from Guardian Construction, and Doug Anybush from Atlantic Construction. This gathering indicates the federal government's effort to engage qualified contractors for essential facility upgrades, ensuring competitive bidding and collaboration among industry professionals. The attendance of multiple firms emphasizes the interest in the project and sets the stage for subsequent proposals, showcasing the government's commitment to improving infrastructure through efficient procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    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.
    Update HVAC Building 1281
    Dept Of Defense
    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-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This project requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, with a performance period of 240 calendar days. The successful contractor will play a crucial role in modernizing the ER's HVAC system while ensuring minimal disruption to hospital operations and compliance with all relevant regulations. Bids are due via email by January 19, 2026, at 11:00 AM EST, with a public bid opening at 12:00 PM EST on the same day; interested parties must also attend a mandatory pre-bid site visit on December 22, 2025, and submit any Requests for Information by January 7, 2026, to gail.hill@va.gov and lester.griffith@va.gov.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.