Replace Air Conditioning Unit 3 at Building 23
ID: W50S6U24QA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 195BEALE AFB, CA, 95903-2180, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to replace Air Conditioning Unit 3 (ACU-3) at Building 23, Sepulveda Air National Guard Station in California. The procurement involves providing all necessary personnel, equipment, and materials to install a new 10-ton all-electric heat pump, adhering to the Performance Work Statement (PWS) and various security regulations. This project is critical for maintaining operational efficiency and comfort within military facilities, with a total estimated value of $19,000,000. Interested small businesses must submit their quotes by September 18, 2024, and can direct inquiries to Kristian Martin Perlas at 530-634-9179 or via email at 195wg.fal.msc.contracting.org@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications and installation requirements for a TRANE heating and cooling unit, model YHC120A4RMA1KD1C3A2BOA606 D. Manufactured in June 2004, the unit operates at an electrical rating of 460 volts and features both gas heating and cooling capabilities. Key details include its heating input/output of 200,000 BTUH and operational pressures for the gas supply. The document stipulates installation guidelines, emphasizing compliance with service literature to ensure safety and operational efficiency. It details minimum and maximum operating conditions, electrical ratings, framework for maintaining clearances from combustible materials, and the necessary factory-charged refrigerant levels. This technical information is critical for government RFPs and grants pertaining to facility management, energy efficiency improvements, and HVAC system installations, where compliance with specific standards is essential.
    The document outlines technical and procedural clarifications regarding the installation of a new packaged HVAC unit under a government contract. Key requirements include the installation of a duct smoke detector, compatibility with the existing Automated Logic system, and the appropriate refrigerant type, emphasizing that units utilizing R410-A will not be accepted past the September 2024 cutoff. The contractor is responsible for disposing of the old equipment off-site and should provide documentation for this. The inquiry about the server and necessary software updates indicates existing systems' integral role, while clarifications reveal no preferred fire alarm contractor exists for the current system. Furthermore, the applicable wage determination is provided, and the document specifies that this is not a construction project but rather an equipment installation, highlighting the focus on compliance with government standards. The document serves as guidance for contractors to ensure adherence to specified technical requirements and operational standards in the HVAC system's upgrade and connectivity.
    The document outlines a series of responses to questions posed regarding the installation of a new HVAC system at Building 23, focusing on compliance with safety regulations and operational compatibility. It emphasizes that a duct smoke detector is required for the new system, in accordance with the Uniform Facilities Criteria (UFC). The contractor must ensure the new unit integrates with the existing Automated Logic system, and specific refrigerant rules dictate the use of R454-B instead of R410-A. No additional service contracts for Building Management System (BMS) integration are required. The contractor is responsible for the disposal of old equipment and must provide necessary documentation. The inquiry details clear requirements around HVAC units’ manufacturers, the fire alarm system, and existing equipment. As the project is not classified as construction, its scope seems to focus on upgrades rather than new structural changes. The document serves as a reference for contractors on compliance and integration as part of the federal government's procurement process for facility maintenance and upgrades.
    The document addresses inquiries related to the procurement of a new packaged HVAC unit as part of a government request for proposals (RFP) for a facility upgrade. Key topics include requirements for duct smoke detectors, integration with existing building management systems, disposal of old equipment, and preferred refrigerants for air conditioning units. Smoke detectors must comply with specific regulations (UFC 410-01, UL 268A), and the new HVAC unit should seamlessly integrate with the Automated Logic system using compatible BacNet communications. It clarifies that there is no brand name requirement aside from utilizing accepted refrigerants, with the existing R410-A deemed unacceptable post-September 2024. Additionally, the document confirms disposal and monitoring arrangements, outlines wage determinations applicable under federal regulation, and reiterates that the project is not classified as construction but as equipment replacement. Overall, this document serves to provide critical clarifications to prospective contractors regarding technical specifications, regulatory compliance, and expectations surrounding the HVAC installation, emphasizing a structured approach to project management in compliance with federal guidelines.
    The document consists of HVAC (Heating, Ventilating, and Air Conditioning) and plumbing abbreviations, terminologies, and related symbols employed in the design and construction of systems for the Communication - Electronics Training Complex, managed by Kennedy/Jenks Consultants. It outlines various mechanical symbols representing equipment, duct types, airflow, and dimensions essential for the project's architectural functionality. Key notes emphasize compliance with applicable codes, specifications, and the importance of coordination between different engineering disciplines to ensure proper installation procedures. It also underscores the necessity of using acoustical lining for external ductwork and aligning duct sizes and routing with architectural designs. The document serves as a technical reference, likely associated with a federal or state RFP, guiding contractors and engineers in enhancing mechanical efficiency and regulatory adherence in public infrastructure projects. Overall, the focus remains on detailed HVAC planning and execution, critical for meeting environmental, safety, and operational standards.
    The document details the Automated Logic® SE controllers, central to the WebCTRL® building automation system, designed for versatile applications in various environments. The SE controllers are fully programmable BACnet advanced application controllers, suitable for managing single equipment operations such as rooftop units and lighting. Key features include support for graphical programming via EIKON® software, compatibility with Automated Logic communicating sensors, and OptiPoint™ touchscreen interfaces for user engagement. The product specifications highlight hardware capabilities, including control over multiple points with various input and output options, and critical communication standards. The controllers are compliant with multiple safety and standards regulations in the United States and internationally, underscoring their reliability. This document provides essential information for potential bids and grants related to building management solutions, emphasizing energy efficiency, occupant comfort, and system optimization, consistent with government objectives for sustainable infrastructure. The overview aims to assist procurement decisions relevant to federal, state, and local projects seeking modern building automation technologies.
    The government seeks quotes from women-owned small businesses for a firm-fixed-price contract to replace an aging air conditioning unit at Building 23, Sepulveda Air National Guard Station in California. The contract has a USD 19 million maximum value and requires the removal and replacement of the existing unit, compatibility with current wiring and systems, and staff training, with a 30-day completion deadline. Several FAR and DFARS clauses are incorporated, covering issues like labor standards, security, and payment methods. Bids are due by 10:00 AM on September 3rd, 2024.
    This document outlines a procurement solicitation for the replacement of Air Conditioning Unit 3 (ACU-3) at the Sepulveda Air National Guard Station in California. The contractor is required to supply all necessary personnel, equipment, and materials for the installation of a commercial, 10-ton, all-electric heat pump compatible with existing systems. Key requirements include a 30-day project completion window, compliance with various safety and security regulations, and submission of a comprehensive operation and maintenance manual upon completion. The contract stipulates a one-year warranty on services and an extended 20-year warranty on equipment. Additionally, it incorporates essential clauses regarding labor standards, contractor responsibilities, and compliance with security protocols. This RFP is part of the federal government's initiative to support women-owned small businesses and enhance service efficiency through competitive bidding processes, aligning with standard acquisition practices.
    The document outlines a government solicitation for the replacement of an air conditioning unit (ACU-3) at the Sepulveda Air National Guard Station in California. The contractor is required to provide all resources—including personnel and equipment—necessary for this task, adhering to the specifications detailed in the Performance Work Statement (PWS). Key requirements include installing a compatible 10-ton all-electric heat pump, performing operational tests, and conducting a training session for maintenance staff. The contract emphasizes compliance with security and safety regulations pertinent to the site, particularly regarding employee access and identification. Additionally, the contract stipulates a warranty for the work and the manufacturer’s guarantee for the heat pump. The bid is set at approximately $19 million and is part of an effort to maintain and upgrade government facilities with a focus on efficiency and reliability in HVAC systems, supporting broader government initiatives for sustainability. This solicitation not only demonstrates the government’s investment in infrastructure but also its commitment to using small businesses, specifically women-owned small businesses, in federal contracting.
    This government document outlines a solicitation for a contract to replace the Air Conditioning Unit 3 (ACU-3) at Building 23, Sepulveda Air National Guard Station, California. The contractor will provide all necessary personnel, equipment, and materials, with a focus on delivering a 10-ton, all-electric heat pump compatible with existing systems. The project aims to enhance HVAC functionality in the facility, responding to the existing unit's failure due to age and mechanical issues. Key elements of the solicitation include project specifications, timelines, and contractor responsibilities, all under a firm fixed-price arrangement totaling $19,000,000. The performance period for installation and testing is set for 30 calendar days, with specific working hours outlined. The contractor is expected to adhere to safety regulations, including security protocols for personnel access. The solicitation emphasizes compliance with various federal regulations and mandates, including wage determinations under the Service Contract Act, promoting fairness and proper compensation for contractors. This document represents the federal commitment to maintaining government facilities effectively and ensuring that procurement processes prioritize small and woman-owned businesses, contributing to economic equity and community development.
    The document details a solicitation for the replacement of Air Conditioning Unit 3 (ACU-3) at Building 23, Sepulveda Air National Guard Station, California. The project, valued at USD 19,000,000, entails the provision, installation, and commissioning of a new, compatible 10-ton all-electric heat pump, following the Performance Work Statement (PWS). The prospective contractor must supply all necessary personnel and equipment while adhering to security regulations during service provision. The document outlines specific requirements, including a 30-day period of performance, a one-year warranty on services, and an extended 20-year manufacturer's warranty on parts. Contractors are required to comply with fee structures, employee identification procedures, and security measures, including background checks. Incorporated clauses focus on worker protections, wage determinations under the Service Contract Act, and expectations for contractor performance oversight. This solicitation exemplifies the government’s commitment to supporting women-owned small businesses while ensuring quality service through rigorous regulatory compliance and contract management, reflecting broader objectives in federal RFP practices.
    The document outlines an amendment to a solicitation for the replacement of the air conditioning unit 3 (ACU-3) at the Sepulveda Air National Guard Station, California. The amendment extends the quote submission deadline from July 26, 2024, to September 3, 2024, and changes the small business set-aside from 100% Service-Disabled Veteran-Owned Small Business to 100% Small Business. It includes a new site visit scheduled for August 22, 2024, and updates the performance period from 60 to 30 work days. Key responsibilities of the contractor involve providing necessary personnel and materials for the service, installation of a compatible 10-ton heat pump, and conducting operational testing post-installation. Contractors are required to comply with various security requirements for access to the military base and must possess all necessary licenses. The document also lays out the criteria for award evaluation, focusing on technical specifications and overall pricing, clarifying that the government seeks the most advantageous proposal. This amendment reflects ongoing efforts to ensure a fair procurement process while adhering to federal contracting regulations, aimed at maintaining effective HVAC systems within military facilities.
    This document outlines an amendment to a federal solicitation, specifically noting changes regarding the submission of offers. The key updates include extending the due date for quotes from September 3, 2024, to September 9, 2024, and the inclusion of relevant photographs. All other terms and conditions of the initial solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment by submitting a signed copy with their quotes. The document serves as a formal notification of modifications to the original solicitation, adhering to federal regulations for contract amendments. The structure follows a standard format for government amendments, specifying areas for acknowledgment, descriptions of modifications, and contact information for clarification. This amendment aims to ensure all potential offerors are kept informed and can respond appropriately to the updated requirements.
    The document outlines an amendment to a solicitation, indicating changes to the timeline and additional information relevant to contractors. The primary changes include an extension of the due date for quotes from September 9, 2024, to September 12, 2024, an updated response to inquiries regarding the solicitation, and the incorporation of attachments related to Building 23's HVAC systems and BACnet automated control modules. Contractors are required to acknowledge the receipt of this amendment by including a signed copy with their quote submission. The amendment ensures that all remaining terms and conditions of the solicitation are unchanged, maintaining continuity in the procurement process. The document serves as a critical communication tool within the federal RFP context, facilitating transparency and effective coordination between the government and potential vendors.
    This document pertains to an amendment of a solicitation related to a government contract, specifically extending the offer timeline and providing updated information for potential bidders. The amendment outlines the acknowledgment process for receipt of the amendment, which must be adhered to by bidders to avoid rejection of their offers. Key changes include the incorporation of a new attachment, titled RFIs_Replace_ACU_3_Building_23_6Sep24, while the previous attachment is removed. Bidders are required to submit a signed copy of the amendment alongside their proposals, with all other original solicitation terms remaining unchanged. The document is issued by the California Air National Guard and includes contact information for the contracting officer, emphasizing the importance of clear communication and compliance with the established procedures in the contracting process. This amendment highlights the federal government's continued efforts in ensuring accurate and timely updates in procurement processes, reinforcing the significance of following protocol to facilitate smooth transitional phases in contract management.
    The document is an amendment related to a solicitation, specifically extending the due date for quotes and updating a document concerning Requests for Information. The original quote submission deadline of September 12, 2024, is revised to September 18, 2024. Additionally, updates have been made to the government's responses regarding inquiries from potential contractors, which are detailed in the added attachment "RFIs_Replace_ACU_3_Building_23_11Sep24." The prior attachment concerning RFIs, "RFIs_Replace_ACU_3_Building_23_6Sep24," has been removed. All other terms and conditions of the original solicitation and its modifications remain unchanged, and all bidders are required to acknowledge receipt of this amendment with their quotes. This amendment ensures clarity and compliance within the procurement process by providing updated timelines and information to contractors involved in the solicitation.
    The document addresses inquiries related to a solicitation for a new packaged HVAC unit and its integration with existing fire alarm and building management systems. It confirms the requirement for a duct smoke detector in compliance with relevant UFC standards, specifically stating that air distribution systems must be equipped with smoke detectors that meet UL 268A or UL 268 criteria. Placement of these detectors should follow manufacturer guidelines. Additionally, the document clarifies that costs for the integration of the new unit with the existing Automated Logic system need to be accounted for, indicating that this integration falls under the scope of the current maintenance contract. Overall, the communication focuses on ensuring compliance with safety and technical standards in HVAC system installation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump, adhering to the specifications outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining climate control in training environments and supports the Air Force's operational efficiency. Interested small businesses, particularly those that are economically disadvantaged women-owned entities, must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or (325) 654-4422.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.
    820 RHS HVAC Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of HVAC units for the 820th Red Horse Squadron at Nellis Air Force Base, Nevada. The requirement includes three specific Trane HVAC systems: a 25-ton and a 15-ton dedicated outdoor air system, as well as a 3-ton split type system, all designed to meet stringent mechanical and plumbing standards for federal facilities. This procurement is crucial for enhancing indoor air quality and temperature control, ensuring compliance with high-performance building standards. Interested small businesses must submit their quotes electronically by September 18, 2024, at 1000 PDT, to Amber Rivera at amber.rivera.2@us.af.mil, and must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    CECH REPLACE HVAC UNIT 2024
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting quotes for the replacement of a packaged unitary air conditioning unit at the Cesar E. Chavez National Monument Visitor Center in Keene, California. The contractor will be responsible for all aspects of the project, including mobilization, labor, materials, and site rehabilitation, with a performance period from September 30, 2024, to March 29, 2025. This project is crucial for maintaining operational efficiency and visitor comfort at the facility, with an estimated contract value between $25,000 and $100,000, and is set aside exclusively for small businesses. Proposals are due by 12:00 PM PST on September 17, 2024, and interested parties should direct inquiries to Brian Roppolo at brianroppolo@nps.gov or Eric Jordan at ericjordan@nps.gov.
    163rd Replace HVAC Building 2275
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to replace the HVAC system at Building 2275 located at Moffett Field, California. The project involves the complete replacement of two Trane air handlers and two condensing units, including associated demolition, mechanical, plumbing, electrical work, and roof repairs, with a contract completion timeframe of 90 days after the notice to proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude of less than $250,000. Interested contractors must be registered in the System for Award Management (SAM) and can obtain further details from the SAM website. For inquiries, contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil.
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    40 Ton Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a 40-ton air-cooled water chiller to be installed at the Arnold Engineering Development Complex (AEDC) in Silver Spring, Maryland. The contract involves the removal of the existing chiller, installation of the new Trane unit, and subsequent servicing, with a focus on standardization to enhance operational efficiency and reduce costs. This procurement is significant as it aligns with the government's commitment to utilizing energy-efficient equipment while adhering to safety and environmental standards. Interested vendors must submit their quotes by September 18, 2024, and can direct inquiries to Andrew Waggoner at andrew.waggoner.3@us.af.mil or Robert Mosley at robert.mosley.3@us.af.mil.
    146 CES Repair Command Section Offices B602
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting bids for the repair of the Command Section Offices in Building 602 at Channel Islands Air National Guard Station in California. The project involves comprehensive repairs due to water damage, including the removal and replacement of flooring, gypsum board, and ceiling tiles, as well as the installation of a new water heater, all to be completed within 30 days of the Notice to Proceed. This opportunity is set aside exclusively for small businesses, with a contract value estimated between $25,000 and $100,000, and requires compliance with federal regulations, including registration in the System for Award Management (SAM). Interested contractors must submit their quotes by September 17, 2024, at 2:00 PM PST, to the designated contacts, William Tucker and Ricardo Macias, via the provided email addresses.