Glycol Line Repair and Refill - Scott AFB, IL
ID: FA440726Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, USA

NAICS

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

PSC

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

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the repair and refill of a glycol piping system at the Scott Inn located on Scott Air Force Base in Illinois. The project aims to address critical issues with the glycol system, which has been back-feeding into the potable water system, thereby compromising its operational capacity and risking equipment integrity. This procurement is particularly significant as it ensures the effective functioning of HVAC systems during cold weather, with a performance period of 30 days from the award date. Interested contractors, especially Women-Owned Small Businesses, must submit their offers by November 20, 2025, at 2 PM CST, and can direct inquiries to Ashley Bebout or Chrissina Dural via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the standard clauses for Nonappropriated Fund (NAF) contracts, establishing legal obligations, definitions, and operational procedures. Key aspects include definitions of contractual terms, the legal status of NAF Instrumentalities (NAFI) as U.S. Government entities, and detailed processes for resolving claims, protests, and appeals. The document also addresses contractor representations, advertising restrictions, examination of records, and indemnification requirements. It mandates specific insurance coverages, adherence to procurement integrity standards, and conditions for contract termination (for convenience or cause) and changes. Social responsibility and labor standards, including combating human trafficking, fair labor practices, and prohibitions on illicit substances, are emphasized. Further clauses cover inspection, acceptance, commercial terms, taxes, invoicing procedures, governing law, sustainability initiatives, proof of shipment, quantity variations, partial deliveries, payment terms, prompt payment discounts, debarment/suspension notifications, travel policies, and adherence to federal minimum wage and paid sick leave for federal contractors. Finally, the document prohibits certain telecommunications and video surveillance equipment and services, mandates child labor certifications for listed end products, and restricts items containing PFOS or PFOA, along with incorporating additional clauses by reference.
    This Performance Work Statement (PWS) outlines the requirements for repairing the glycol piping system and refilling the glycol solution at the Scott Inn, Building 1812, Scott Air Force Base, Illinois. Discovered in May 2025, the system has a critical issue where glycol is back-feeding into the potable water system, compromising the glycol-to-water ratio and risking improper chiller operation and corrosion. The project's objective is to restore the system's full operational capacity for effective HVAC during cold weather. Key tasks include site assessment, leak detection, glycol line repair, system flush and refill, and testing and verification. The contractor must adhere to all applicable standards and provide deliverables within a 30-calendar-day performance period, including detailed progress and critical path schedules.
    The document addresses Requests for Information (RFIs) and responses for the Bldg 1812 Glycol Line Repair and System Refill project (Solicitation#: FA440726Q0001). The project focuses on restoring the glycol system to full operational capacity, specifically targeting the condenser system which requires a 30% propylene glycol mixture with deionized water. Key clarifications include that boiler repairs are not part of this proposal, only the condenser system will contain glycol (heating and cooling systems will have rust inhibitor), and contractors are responsible for determining system capacity for glycol calculations. The existing condenser system is at 5-10% glycol and needs to be fully drained and refilled. The project also involves a standalone isolated pressure test for leaks and flow verification for proper GPMs. The government is open to contractor suggestions for repairs, and contractors can propose fixes to the existing glycol feed system.
    This government solicitation (FA440726Q0001) is a Request for Quote (RFQ) for Glycol Line Repair and System Refill at Scott Inn (Building 1812) on Scott AFB, IL. The acquisition is set aside for Women-Owned Small Businesses (WOSB) with a NAICS code of 238220 and a size standard of $19,000,000.00. The contract will be awarded using the Lowest Price Technically Acceptable (LPTA) method. Key details include a performance period of 30 days from the award date, a firm-fixed-price arrangement, and specific clauses regarding contractor access to Air Force installations and an AMC Ombudsman for dispute resolution. Offerors must complete blocks 12, 17, 23, 24, and 30 of the Standard Form 1449. The solicitation emphasizes compliance with Air Force regulations for installation access and security.
    This government file is an amendment to Solicitation Number FA440726Q0001, dated October 24, 2025, issued by FA4407 375 CONS LGC. The amendment, number FA440726Q00010001, has an effective date of October 27, 2025. Its primary purpose is to add a site visit date and time for the Scott Inn Glycol repair project. The site visit is scheduled for Thursday, October 30, at 10 AM CST at the performance location specified in the original solicitation. All other terms and conditions of the solicitation remain unchanged. The amendment also outlines procedures for offerors to acknowledge its receipt, either by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or through a separate letter or electronic communication. Failure to acknowledge receipt by the specified deadline may result in the rejection of an offer. This document serves as a formal modification to the initial solicitation, providing crucial updates for potential contractors.
    This document is Amendment 0002 to Solicitation FA440726Q0001, issued by FA4407 375 CONS LGC on October 30, 2025. The amendment modifies the original solicitation by establishing a suspense date of November 7, 2025, for contractor Requests for Information (RFIs), with the government's response due by November 10, 2025. Crucially, it extends the solicitation's response due date from November 3, 2025, to November 13, 2025, at 2 PM CST. All other terms and conditions of the original solicitation remain unchanged. The amendment also outlines procedures for acknowledging its receipt, emphasizing that failure to do so may result in the rejection of an offer. It also specifies how contractors can change previously submitted offers in light of the amendment. The contracting officer for this amendment is Chrissina Dural.
    This amendment, FA440726Q00010003, modifies a solicitation issued by the Department of the Air Force. The primary purpose of this amendment is to extend the deadline for offer submissions and establish a suspense date for the Government's responses to Requests for Information (RFIs). Specifically, the solicitation's response due date is extended from November 13, 2025, to November 18, 2025, at 2 PM CST. Additionally, a deadline of November 14, 2025, at 2 PM CST is set for the Government to provide RFI responses. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that potential contractors have additional time to prepare and submit their offers while also providing a clear timeline for government communication regarding inquiries.
    This document is Amendment 0004 to Solicitation FA440726Q0001, issued by FA4407 375 CONS LGC on November 17, 2025. The primary purpose of this amendment is to extend the response due date for the solicitation from November 18, 2025, to November 20, 2025, at 2 PM CST. All other terms and conditions of the original solicitation remain unchanged. The amendment also outlines the methods for offerors to acknowledge receipt, such as completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified time may result in the rejection of an offer. This modification is signed by Chrissina Dural, the Contracting Officer.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    FY26 A&E IDIQ Scott AFB, IL
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Gunter Bowling Walk In Freezer Condenser and Evaporator Removal and Replacement
    Buyer not available
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking information from industry regarding the removal and replacement of a malfunctioning walk-in freezer condenser and evaporator at Gunter Lanes, Maxwell-Gunter AFB, Alabama. The procurement aims to identify capable contractors who can provide labor, materials, and equipment to fulfill the requirements outlined in the draft Statement of Work, which includes the installation of new energy-efficient units that comply with federal, state, and local regulations. This project is critical for maintaining operational efficiency and compliance with environmental standards, ensuring the freezer meets existing cooling requirements. Interested parties must submit their responses, including company information and documentation of capabilities, via email by 12:00 P.M. Central Standard Time on December 8, 2025, to Mr. Sean Johnson and Mr. William Griffiths at the provided email addresses.
    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.
    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 system in Building 101 at the 180th Fighter Wing in Swanton, Ohio. The contractor will be responsible for removing the existing boiler and installing a new system 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 procurement is critical for maintaining operational efficiency and compliance with applicable regulations, and it is set aside exclusively for small businesses. Interested parties must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, with all necessary documentation as outlined in the solicitation. For further inquiries, contact 2d Lt Adam Krouse at adam.krouse@us.af.mil or TSgt Cody Walker at cody.walker.12@us.af.mil.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.