78287 - CBR - B20128 Air Handler Refurbishment
ID: FA857126Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

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

PSC

FANS, AIR CIRCULATORS, AND BLOWER EQUIPMENT (4140)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the refurbishment of seven air handlers in Building B20128 at Robins Air Force Base, Georgia, under Request for Quote (RFQ) No. FA857126Q0018. The project requires the contractor to remove and install fan array systems, filter systems, and hot water coils while ensuring minimal disruption to ongoing operations, as refurbishments must be staggered to maintain production. This refurbishment is critical for maintaining air quality and operational efficiency in a vital facility, with a total estimated contract value of $19 million. Interested contractors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and are encouraged to attend a site visit scheduled for November 19, 2025; inquiries can be directed to SSgt. Bobby Ballow at bobby.ballow@us.af.mil.

    Point(s) of Contact
    SSgt. Bobby Ballow
    bobby.ballow@us.af.mil
    Files
    Title
    Posted
    The government is seeking a contractor for the BAF 78287 – B20128 Air Handler Refurbishment project at Robins Air Force Base, Georgia. The contractor will refurbish seven makeup air handlers (fans 6-12) in Building 20128, providing all necessary travel, technicians, tools, parts, and training. Key tasks include site visits, work plan submission, approval of OEM-compatible replacement parts, removal of existing fans, filter racks, and hot water coils, and installation of new Fan Array Systems with specific technical requirements. The contractor must also integrate new controls with existing Johnson Controls, perform structural repairs, and implement alarming and monitoring capabilities. The project requires adherence to strict safety, security, and environmental regulations, including EMS and EnMS training, and compliance with OSHA and Air Force safety programs. The period of performance is six months, with a five-year parts warranty and one-year maintenance. All work is FOB Destination, and payment will be processed via PIEE WAWF.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data items required from a contractor, such as the Work Management Plan for an Air Handler Refurbishment. The form specifies submission frequency, format, and content, including a summary of work, repairs, problems, solutions, and cost estimates. It also provides contact information for government representatives. The document includes instructions for both government personnel in completing the form and contractors in estimating prices for data items based on effort groups (Group I to IV), ensuring accurate pricing for data deliverables over and above core contract performance costs. This form ensures clear communication of data requirements and associated costs in government contracts.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List for government solicitations, outlining data deliverables for contractors. It details requirements for data items like design drawings and associated lists, specifying authority, contract references, requiring offices, and submission schedules. The form also includes instructions for both government personnel and contractors on completing various fields, emphasizing pricing groups for data items based on their necessity and additional work required for government conformity. The document focuses on the refurbishment of an Air Handler (Contract/PR No. 78287 CBR-B20128) and mandates contractor coordination for design approvals, notification of part availability issues, and adherence to OEM specifications for replacement parts. Key government representatives for communication are also listed.
    The DD Form 1423-1, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized form used in federal government contracts for specifying data deliverables. The document outlines the requirements for contractors to submit various data items, such as the "Production Acceptance Test Report" for an "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). It details how to complete the form, including categories for technical data packages (TDP), technical manuals (TM), and other data. Key sections cover data item numbering, titles, authority documents (e.g., DI-NDTI-80809B/T), contract references, requiring offices, and submission details like frequency, dates, and distribution. Remarks provide specific instructions for submissions, including electronic delivery via email to designated government representatives (Michael Holmes, Joseph Santillian) and WAWF (Wide Area Workflow) points of contact (Lisa Matney, Anthony Allen). The form also defines four price groups (Group I, II, III, IV) to help contractors estimate costs associated with producing and delivering required data, emphasizing that these estimates should only cover costs directly attributable to data requirements, not the rights to the data itself. This ensures clear communication and compliance for data deliverables in government contracting.
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) used in government contracting, specifically for acquiring data items. This document outlines the requirements for contractors to deliver specific data, such as status reports, related to a contract for an 'Air Handler Refurb.' It details the data item number (A004), title ('Status Report'), authority (DI-MGMT-80368A/T), and contract reference (PWS Para 4.1.1). The form also specifies the requiring office (WR-ALC/402 MXSG), submission frequency (one-time), and includes detailed instructions for both government personnel and contractors on completing the form. Key aspects for contractors include defining price groups (Group I-IV) for data item development, with estimated prices reflecting costs directly attributable to data production, excluding data rights. The document also provides contact information for various government representatives, including primary and alternate government representatives, WAWF (Wide Area Workflow) contacts, and an assigned Procuring Contracting Officer (PCO).
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts. This particular form details requirements for a "STATUS REPORT" related to a "Air Handler Refurb" project with Contract/PR No. 78287 CBR-B20128. Key requirements include mandatory Air Force-provided EMS Awareness Training for all contractor personnel, including subcontractors, working on Robins AFB. Proof of this training must be submitted to the Robins AFB Contracting Officer and Government Representative POCs, with failure to do so potentially leading to contract termination. The form also lists specific government representatives for environmental management and WAWF (Wide Area Workflow) submissions, along with their contact information. Additionally, the document provides detailed instructions for both government personnel and contractors on how to complete the DD Form 1423, including guidance on pricing data items based on the effort required for their production.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This document outlines the data items required from a contractor for a specific contract, such as a status report for an Air Handler Refurbishment (Contract/PR NO. 78287 CBR-B20128). It details fields for data item number, title, authority, contract reference, requiring office, frequency, and submission dates. Key instructions include mandates for contractors working at Robins AFB to comply with Energy Management System (EnMS) requirements and complete Air Force-provided initial EnMS Training. The form also provides detailed instructions for both government personnel and contractors on how to complete each item, including various price groups for data items (Group I-IV) based on their necessity and additional work required. Contact information for primary and alternate government representatives and WAWF support is also provided. The document ensures standardized data delivery and compliance within government contracts.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This specific iteration details requirements for a Contractor's Safety Plan for the "Air Handler Refurb" project (Contract/PR No. 78287 CBR-B20128). The contractor must submit a draft safety plan within 10 working days of contract award to 402mxw.se.wf@us.af.mil, with the government having 5 working days for review. If no changes or reply, the draft becomes final. Final copies are due 10 working days after government acceptance of the draft. The document also provides detailed instructions for completing the form, including definitions of price groups for data items (Group I, II, III, and IV) to estimate costs related to data production and delivery.
    The DD Form 1423-1, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)" from February 2001, is a crucial government form used in federal contracting for specifying data deliverables. It details the requirements for contractors to submit various data items, such as accident/incident reports, related to a contract. The form outlines submission frequencies, addressees, and pricing groups for data items, distinguishing between data essential to the contract and data developed for internal use. This particular instance, associated with Contract/PR No. 78287 CBR-B20128 for "Air Handler Refurb," specifically mandates an Accident/Incident Report (Data Item A008, Authority DI-SAFT-81563) with detailed notification procedures and content requirements. It also lists key government contacts, including primary and alternate representatives, a WAWF (Wide Area Workflow) primary and alternate, and an assigned Procurement Contracting Officer (PCO).
    The document addresses contractor questions for the BAF 78287 – B20128 Air Handler Refurbishment project, focusing on operational constraints and technical specifications. Key requirements include refurbishing one air handler at a time, with the possibility of two with written permission, while ensuring no disruption to production in the critical facility. Personnel will be present during repairs, and a total facility shutdown is not an option. Staggered servicing of air handlers is required to maintain production needs. Technical details specify a two-stage filtration system with 2-inch MERV 7 pre-filters and 4-inch MERV 13 final filters, and no bag filters. Fan array requirements include a minimum of six fans fitting through a 72-inch wide by 95-inch high double door entrance. Backdraft dampers are already in the ductwork. Existing electrical service is 150 amp breaker at 480v/3p/60 HZ per air handler. The entire housing is approximately 24 feet long by 11 feet wide by 10 feet high, with existing fans measuring 72 inches high by 66 inches wide. Heating coils and filter racks are 11 feet by 10 feet. Heating coil specifications include hot water entering at 180°F and leaving at 150°F, with 205 GPM flow per air handler, and a 100% outside air system with low temperature detection after the heating coil.
    This document is a Request for Quote (RFQ) No. FA857126Q0018 for commercial items, specifically for the refurbishment of seven air handlers in Building B20128 at Robins AFB, GA. The solicitation, issued by FA8571, includes the removal and installation of fan array systems, filter systems, and hot water coils. It is a firm-fixed-price contract with an estimated total award amount of $19,000,000.00. Key dates include an offer due date of November 28, 2025, and a site visit scheduled for November 19, 2025. The contract incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to electronic payment via Wide Area WorkFlow (WAWF), item unique identification, health and safety on government installations, and contractor access to Air Force installations. The acquisition is unrestricted with a NAICS code of 238220 and includes provisions for small business utilization.
    This government solicitation, FA857126Q00180001, is a Request for Quote (RFQ) for commercial services to remove and install seven air handlers in Building B20128 at Robins AFB, GA, with a total award amount of USD 19,000,000.00. The acquisition is set aside for Women-Owned Small Businesses (WOSB) and includes various FAR and DFARS clauses related to contract terms, conditions, and specific requirements like electronic payment via Wide Area WorkFlow (WAWF) and item unique identification. A site visit is scheduled for November 19, 2025. Key requirements include compliance with health and safety regulations on government installations, contractor access procedures, and reporting on small business subcontracting. The document outlines detailed delivery schedules, inspection and acceptance criteria, and a comprehensive list of clauses governing the contract, emphasizing adherence to federal regulations and standards for commercial products and services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Renovate B110
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers (USACE) Savannah District, is conducting a market survey to identify contractors capable of performing renovations to Building 110 at Robins Air Force Base in Georgia. The project involves significant renovations to a 144,000 sq. ft. facility, which includes two maintenance docks and a three-story administrative space, along with site improvements and the abatement of lead-based paint and asbestos. This renovation is crucial for maintaining operational efficiency and safety at the base, with an estimated construction magnitude exceeding $10 million and a performance period of 1850 calendar days following the Notice to Proceed. Interested parties must submit a capability package and a completed Market Survey Questionnaire via email to Tatjana Fisher by December 09, 2025, at 3:00 PM EST, with the applicable NAICS code being 236220 for Commercial and Institutional Building Construction.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    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.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Marietta Repair Station HVAC Supply and Install; W91237-26-Q-A008
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a complete HVAC system at the Marietta Repair Station located in Marietta, Ohio. The contractor will be responsible for providing all necessary equipment and services to ensure the HVAC system is fully operational in the new steel building. This procurement is crucial for maintaining a comfortable and efficient working environment at the facility, which is essential for its operational capabilities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and inquiries can be directed to Lillie Bodie at 304-399-5139 or via email at lillie.v.bodie@usace.army.mil.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    B101 Boiler replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of a boiler in Building 101 at the 180th Fighter Wing in Swanton, Ohio. The contractor will be responsible for removing the existing boiler system and installing a new unit that meets specific performance criteria, including a minimum input of 285,000 BTU/hr and at least 96% thermal efficiency, along with all necessary electrical, piping, and venting components. This project is critical for maintaining operational efficiency and compliance with applicable regulations, with a performance period of 60 days and work conducted Monday through Friday. Interested small businesses must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, and are encouraged to review the attached Performance Work Statement and other relevant documents for detailed requirements.