HVAC EQUIPMENT REPAIRS AND REPLACEMENT
ID: W9123825QA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

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

PSC

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

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The primary objective of this contract is to restore operational capacity to the HVAC system by addressing critical issues, including the replacement of an inoperable hot water boiler and the repair of a refrigerant leak in the air handling unit. This project is vital for maintaining environmental control systems essential for the facility's operations, ensuring compliance with federal standards and enhancing overall efficiency. Interested contractors, particularly those classified as small businesses, must submit their bids by April 29, 2025, with a total contract value of approximately $19 million, and are encouraged to contact Henry Barron at henry.d.barron@usace.army.mil for further details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the necessary repairs and replacement of HVAC equipment at the U.S. Forest Service's Pacific Southwest Research Station in Placerville, California, dated July 11, 2024. It includes details about existing conditions, illustrated with several photographs, highlighting components such as the propane-fired boiler, electrical panels, ductwork, and an air handler. The PWS points out significant issues, including a leak in the refrigerant circuit of the air handling unit (AHU), which requires urgent attention to restore proper operation. The document serves as a formal request for proposals (RFP) for prospective contractors to address these HVAC system deficiencies, ensuring compliance with federal standards. The project's objective is to enhance the functionality and efficiency of the HVAC systems critical for maintaining operational conditions at the research facility. Overall, the PWS sets the groundwork for securing necessary funding and expertise to execute required repairs and replacements, emphasizing the importance of maintaining robust environmental control systems in government facilities.
    The document outlines a Performance Work Statement for HVAC equipment repairs and replacement at the U.S. Forest Service Pacific Southwest Research Station’s Institute of Forest Genetics in Placerville, California. Dated July 11, 2024, it emphasizes the necessity to maintain and enhance HVAC systems to ensure the facility operates effectively and meets regulatory standards. The statement is structured to provide a comprehensive overview of the work required, including potential tasks involved in both repair and replacement of equipment. An accompanying appendix contains site maps relevant to the project, likely detailing key areas where work will occur, such as the Mirov Lab and Conference Room building. This document is indicative of government procurement processes aimed at effectively utilizing federal resources to maintain public service facilities. It highlights the importance of technical assessments, documentation, and compliance with environmental and safety regulations throughout the project lifecycle.
    The Performance Work Statement (PWS) outlines the HVAC equipment repairs and replacements needed at the U.S. Forest Service Pacific Southwest Research Station in Placerville, California. Issued on July 11, 2024, this document serves as a formal request for proposals (RFPs) related to specific maintenance tasks for heating, ventilation, and air conditioning (HVAC) systems. Key elements include the existing control systems for the air handling unit (AHU), boiler operations, and detailed zone maps for the basement and first floor, illustrating the layout of terminal units. The purpose is to ensure operational efficiency and compliance with applicable standards while providing necessary guidance for contractors involved in the repair and replacement processes. The PWS emphasizes the importance of maintaining accurate control of HVAC systems to enhance building performance and sustainability. Overall, this request highlights the federal government's initiative to optimize facility management through targeted improvements and strategic planning of critical systems.
    The document outlines the performance specifications and control systems for heating, air conditioning, and power management at the U.S. Forest Service's Mirov Laboratory in Placerville, CA. It details the architectural and system design schematics, including the LAN architecture, wiring diagrams for control panels, and operational sequences for heating, cooling, and ventilation systems. Additionally, it specifies the operational protocols for boilers, air handlers, and exhaust fans to ensure optimal functionality and safety, highlighting interlocks and monitoring mechanisms that govern equipment performance. Comprehensive details on various components, such as pumps, controls, and alarms, ensure the project's adherence to the highest standards of operational conformance, emphasizing the expertise of Total Control, its authorized contractor. The document serves as a crucial resource for the project's execution and compliance with government contract requirements, focusing on effective resource management and safety standards within federal facilities.
    The U.S. Forest Service is seeking a contractor for HVAC equipment repairs and replacements at the Institute of Forest Genetics in Placerville, California. The project aims to restore operational capacity to the HVAC system, specifically addressing an inoperable hot water boiler and refrigerant leak in the air handler. Contractors are required to furnish labor, materials, and equipment, while adhering to federal, state, and local regulations. A job site inspection is recommended before bidding, and compliance with safety and quality control measures is strictly mandated. The contract consists of multiple tasks including the removal of the existing boiler, installation of a new condensing boiler meeting ASHRAE efficiency standards, and repair of the air handler's cooling system. Additional components such as circulation pumps and safety devices must also be included. A warranty for one year post-acceptance is required for all work performed, ensuring equipment and service quality. The contractor must submit regular status updates, progress reports, and a final report detailing the project outcomes. This solicitation reflects the Forest Service’s commitment to maintaining its facilities efficiently while ensuring public health and safety through adequate HVAC performance.
    The document details responses to a Request for Information (RFI) from the U.S. Forest Service (USFS) regarding a project for HVAC repair, specifically addressing the boiler, air handling unit (AHU), and related controls. It clarifies discrepancies in the scope of work (SOW) and contract line item numbers (CLINs) and outlines the specific requirements for bidding contractors, such as pricing breakdowns, necessary documentation, and specifics on the mechanical systems. The USFS provides information on existing system drawings and clarifications regarding equipment specifications, including water temperatures, pump information, and valving configurations. The document emphasizes the necessity for contractors to adhere strictly to the SOW and details warranty requirements linked to proper installation and maintenance. Finally, it stipulates the expected repairs on the existing air handler, including handling refrigerants and achieving operational efficiency. Overall, the responses aim to ensure clarity and compliance for potential bidders in the HVAC repair project, reflecting typical processes in government RFPs that prioritize clear specifications and adherence to established standards.
    The document is a solicitation for a contract targeting Women-Owned Small Businesses (WOSB) to provide HVAC repair and installation services for the U.S. Forest Service at their Pacific Southwest Research Station in Placerville, California. The contract, numbered W9123825QA008, has a total award amount of $19 million and specifies requirements to furnish and deliver critical HVAC equipment, including a new boiler, refrigerant leak repairs, and warranty services. Key details include a bid submission deadline of April 29, 2025, and a delivery requirement by May 26, 2025. The solicitation references various FAR and DFARS clauses that the contractor must comply with, emphasizing matters such as service contract labor standards, equal opportunity, and small business concerns. The document outlines clear instructions for the contractor regarding pricing arrangements, place of performance, inspection locations, and payment terms, ensuring adherence to federal regulations. The solicitation is part of a broader government initiative to promote the involvement of women and economically disadvantaged small businesses in federal contracting efforts while ensuring compliance with labor standards and procurement regulations.
    The document outlines the General Decision Number CA20250007, a federal wage determination for construction projects in various counties of California. It specifies wage rates and benefits for different construction trades, including building, heavy construction, dredging, and highway projects, mandated under the Davis-Bacon Act and related Executive Orders. Key details include minimum wage rates required for covered contracts, which vary based on project date and type, and stipulations for workers in different counties, classified into areas with corresponding pay scales for roles such as laborers, carpenters, and electricians. The document serves to ensure fair labor practices and compliance with federal guidelines for government contracts, aiming to protect workers' rights and standardize compensation across various skilled trades. It emphasizes the importance of accurate reporting and adherence to safety and health regulations in construction environments. This wage determination is crucial for contractors participating in federal projects, as it outlines legal obligations related to employee compensation and project execution standards.
    Lifecycle
    Title
    Type
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    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.
    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.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through 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, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.