INSTALLATION OF 183 WINDOW A/C UNITS INCLUDING MATERIALS
ID: N0024425QS055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

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

    The Department of Defense, specifically the U.S. Navy, is seeking qualified contractors for the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner Units at Assault Craft Unit Five (ACU-5) located at Marine Corps Base Camp Pendleton, California. The project requires contractors to provide installation services and necessary materials, with the government supplying the A/C units directly to the site. This initiative aims to enhance the comfort and health of military personnel during warm weather, addressing the current lack of air conditioning in the barracks. Interested parties must submit their proposals by July 25, 2025, at 3:00 PM PST, and can direct inquiries to Michelle Muniz at michelle.a.muniz.civ@us.navy.mil or by phone at 619-556-5529.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 04 to a combined synopsis/solicitation for the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner Units at Assault Craft Unit Five, Camp Pendleton. Key updates include the extension of the quote due date to August 25, 2025, and the clarification that vendors must meet the Statement of Work (SOW) requirements and provide specifications for evaluation. Previous amendments have addressed various corrections and additions, emphasizing the importance of compliance for contractor submissions. The procurement is classified as a Small Business Set-Aside under NAICS code 333415, with a performance period starting August 6, 2025. The scope involves supplying and installing air conditioning units and necessary parts, with a focus on meeting health and comfort needs of crew members during warm weather. Contractors are required to present a clear and detailed quote reflecting technical capability, past performance, and pricing. The evaluation will use a low price technically acceptable (LPTA) approach. Ensuring clarity, completeness, and adherence to the specifications is critical for successful bids, as incomplete submissions may result in rejection.
    The document outlines amendments to a Request for Quote (RFQ) N00244-25-Q-S055 for the installation of 183 GE 6,000 BTU electronic window air conditioning units for Assault Craft Unit Five at Marine Corps Base Camp Pendleton. The amendments include corrections to due dates, adjustments to the Statement of Work (SOW), and the addition of new technical specifications and questions. The final due date for quotes is set for July 25, 2025, at 3:00 PM PST. The contractor is expected to provide equipment that complies with specified dimensions and quality standards, ensuring thorough documentation of compliance in their submissions. The government will evaluate submissions based on technical capability, past performance, and pricing. Rejections will occur for non-compliance with SOW requirements or if vendors fail to meet established criteria. The document emphasizes the procurement process's structure and essential stipulations necessary for ensuring vendor qualification and compliance within federal procurement standards.
    This document outlines a combined synopsis/solicitation (RFQ N00244-25-Q-S055) issued by the U.S. Navy for the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner Units at Assault Craft Unit Five, Camp Pendleton. The project, categorized as a Small Business Set-Aside, requires interested companies to submit their quotations by July 21, 2025. The Statement of Work describes the installation's purpose to enhance crew health and comfort during warm seasons, as current barracks lack air conditioning. The contractor is responsible for providing all required parts and services without structural modifications. Specific items needed include plexiglass inserts and insulation, installation materials, and pre-starting the AC units. Compliance with the outlined specifications is mandatory, as failure to meet requirements will result in quotation rejection. Evaluation will be based on technical capability, past performance, and pricing, adhering to a Lowest Price Technically Acceptable (LPTA) award methodology. The solicitation emphasizes the need for detailed quotes and compliance with federal acquisition regulations. Overall, the initiative aims to improve working conditions for the military personnel stationed at the barracks through the installation of air conditioning units.
    This document outlines the pricing sheet for the material and installation of air conditioning units across two buildings. Building 1 requires the installation of 87 A/C units, while Building 2 necessitates 96 A/C units. The specifications include a range of components such as AC mounting brackets, foil tape, and various screws needed for installation, along with shipping and handling and installation services. Additionally, Building 2 lists specific sizes and types of Plexiglas inserts and weather stripping insulation required for effective sealing and insulation. The pricing section includes placeholders for unit pricing and extended pricing but does not provide specific costs. This pricing sheet is a critical component of government RFPs, functioning to solicit bids from contractors to ensure compliance with federal, state, and local guidelines for public projects. The clarity in materials listed and installation details indicates a structured approach to procurement, aiming to facilitate an efficient bidding process and quality control for upcoming air conditioning installations within public facilities.
    This pricing sheet outlines materials and installation services for the provision of air conditioning units across two buildings. Building 1 requires 87 units, while Building 2 comprises 96 units, necessitating similar materials such as AC mounting brackets, extension cords, foil tape, and additional installation components. Each building’s entry details the quantity of materials required for unit installation, including silicone, weather stripping insulation, and various screws. The sheet emphasizes the unit price and total cost for each item, indicating placeholders for pricing that are yet to be filled. The primary purpose of the document is to serve as a formal submission for government bid requests regarding HVAC installation, aligning with federal grants and RFPs for state or local projects. It highlights procurement needs while maintaining compliance with budgetary and regulatory requirements prevalent in government contracting. The structured layout effectively categorizes the information, facilitating quick reference for contractors involved in the bidding process.
    The document is a Q&A response regarding a Request for Proposals (RFP) related to the installation of air conditioning units in two adjacent buildings. It provides images of the A/C unit setup and specifies that a total of 183 units are required—87 units for one building and 96 for another, both having three floors. The client, identified as ACU-5, will be responsible for delivering the units to the installation site. Additionally, the deadline for proposals has been extended by five days, now closing on July 23, 2025, at 10:00 AM Pacific Standard Time. The request outlines both the logistical requirements for the project and the coordination involved in the installation process.
    This document outlines the responses to inquiries regarding a Request for Proposal (RFP) for the installation of air conditioning units in two adjoining buildings, totaling 183 units. It establishes that the customer will supply the A/C units, which are already located at their warehouse, requiring the contractor only to handle installation with provided materials. Clarifications include rectifications in the Statement of Work (SOW) concerning Plexiglas dimensions, adjusting item 1 to 30.250“ x 40.500“ and updating additional descriptions for items 2 and 4. The submission deadline for proposals has been extended by five days, now closing on July 23, 2025, at 10:00 AM PST. The project involves installing A/C units across three floors of both buildings, with 87 units required for one and 96 for the other. The customer (ACU-5) is responsible for delivering the A/C units to the barracks prior to installation. This document serves to clarify project specifics and ensure that all parties have access to the same updated information as they prepare their bids.
    The document addresses a series of questions related to the installation of air conditioning (AC) units at two military barracks as part of a government contracting process. It clarifies that the AC units have already been procured by the government and will be delivered to the barracks by military personnel, absolving contractors of this responsibility. Installation will be the main task for the contractors. Additionally, corrections to the specifications of Plexiglas materials listed in the statement of work (SOW) are confirmed, ensuring accurate dimensions and descriptions are provided to bidders. The response indicates that a total of 183 AC units will need installation across two buildings, with specific quantities allocated to each structure. The inquiry regarding extending the proposal deadline is acknowledged, granting a five-day extension for submission. This document outlines the logistical aspects of the project and establishes clear expectations for contractors participating in the installation process, highlighting the government's role in managing AC procurement and delivery, which are critical for contract compliance and successful project execution.
    Amendment 02 updates the Statement of Work (SOW) for the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner Units at Assault Craft Unit FIVE (ACU-5) in Camp Pendleton, California. The amendment corrects the dimensions for the plexiglass insert in Building 2, adds specifications for weather stripping insulation and extension cords for both buildings, and maintains all other terms unchanged. The project aims to provide necessary air conditioning for crew members during warm weather, addressing existing conditions where no units are currently in use. Delivery and installation will require the contractor to provide all parts compatible with the specified AC units, including mounting brackets and various screws. Installation must be completed within 30 days post-contract award, with compliance oversight from military personnel. Security clearances are not necessary for contractors, who will be escorted on-site. Payment for services will be processed via the WAWF system, ensuring an organized invoicing process. The project underscores the federal government's commitment to enhancing facility conditions for personnel welfare.
    This amendment document outlines key changes to the Statement of Work (SOW) for the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner Units at Assault Craft Unit Five located at MCB Camp Pendleton. Amendment 04 extends the quote due date to August 25, 2025, specifies a performance start date of August 6, 2025, and emphasizes the necessity for vendors to meet all requirements detailed in the SOW and parts list. Lack of compliance in proposals will render submissions unacceptable. Amendment 02 corrects errors in item specifications and descriptions within the SOW. The contractor is tasked with providing, installing, and pre-testing the air conditioning units and associated parts, listed in a detailed parts list, to ensure compatibility. The period for completion is set at 30 days post-award with on-site work subject to monitoring by military personnel, who will not be considered government agents. Security clearances are not required for contractors, who will be escorted during operations. Payment processing will utilize the WAWF system. This document is crucial for securing bids and ensuring compliance with specified requirements in government contracting.
    The Statement of Work (SOW) outlines the installation of 183 GE 6,000 BTU Electronic Window Air Conditioner units at Assault Craft Unit Five (ACU-5) barracks located at MCB Camp Pendleton. The purpose is to enhance crew comfort during the warm summer months, addressing the current lack of air conditioning in the barracks. The installation will not require any structural modifications, as confirmed by relevant military authorities. The contractor must provide compatible parts and install the air conditioning units following the specifications laid out for two buildings: 87 units for Building 1 and 96 units for Building 2, along with the necessary materials such as plexiglass inserts, screws, weather stripping, and other installation components. The contractor is responsible for pre-starting the units and cleaning up post-installation. The contract period is set for 30 days after award, with performance occurring at the specified Camp Pendleton address. Security protocols are outlined, noting that while contractor personnel do not require security clearances, they will have escorts during work on the base. Lastly, invoicing will utilize the WAWF system for payment processing. This project is crucial for maintaining personnel health and operational efficiency in a military setting.
    The document serves as a wage determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage requirements applicable to federal contracts, particularly in California's San Diego County. It delineates wage rates for various occupations, ensuring contractors pay no less than the specified rates depending on contract dates and applicable executive orders. For contracts effective from January 30, 2022, a minimum wage of $17.75/hour is mandated, while earlier contracts stipulate $13.30/hour for eligible employees. Additionally, it outlines the fringe benefits, which include health & welfare contributions, vacation time, and paid holidays for workers. The document also discusses requirements surrounding paid sick leave for federal contractors and the classification of unlisted occupations through a conformance process. This wage determination aims to protect workers' rights while ensuring compliance with federal standards, relevant particularly for businesses engaging in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B-121 Repair HVAC deficiencies in operations building
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is soliciting bids for the repair of HVAC deficiencies in the operations building located at NAS Lemoore, California. The project aims to address critical deficiencies in the heating, ventilation, and air conditioning systems to ensure optimal operational conditions. This procurement is vital for maintaining the functionality and comfort of the facility, which supports various military operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247322RX004. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844.
    41--AIR CONDITIONER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 16 air conditioners under solicitation number NSN 4120016281437. The requirement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the units to DLA Distribution within 149 days after order. These air conditioning units are critical for maintaining operational efficiency in various military settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    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.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.