HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
ID: FA440725QJC02Type: Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

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

    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.

    Files
    Title
    Posted
    This memorandum, dated September 8, 2025, from 375 CONS/PKB1 at Scott AFB, IL, issues Amendment 01 to Request for Quote (RFQ) Notice ID- FA440725QJC02. The amendment introduces two key changes: the new due date for submissions is September 15, 2025, by 9 AM CDT, and a Request for Information (RFI) document, which addresses vendor questions, has been updated with attachments. For further inquiries, Jin Chung, a Contracting Specialist, can be contacted at (618) 256-9323 or jin.chung.2@us.af.mil. This document is part of a federal government RFP process, specifically from the Department of the Air Force.
    Amendment 02 has been issued for RFQ Notice ID- FA440725QJC02, originally an amendment to RFQ Notice ID- FA440725QJC in SAM.gov. This amendment, dated September 9, 2025, from 375 CONS/PKB1 at Scott AFB, IL, details changes to the Request for Quote. Amendment 01 set a new due date of September 15, 2025, by 9 AM CDT, and included an updated Request for Information (RFI) document with vendor questions and attachments. Amendment 02 specifically changes all instances of “Uninhibited Glycol” to “Inhibited Glycol” in Att 3_Pricing Worksheet_9-9-2025 and RFQ_FY 26 HVAC Cooling Tower & Water Sampling_9-09-2025. Additionally, the RFI questions/answers document has been updated with an extra question. For any questions, Jin Chung can be contacted at (618) 256-9323 or jin.chung.2@us.af.mil.
    This memorandum, dated September 11, 2025, from the Department of the Air Force, 375th Contracting Squadron, outlines Amendment 03 to Request for Quote (RFQ) Notice ID- FA440725QJC02 on SAM.gov. The amendment details three changes to the RFQ. Amendment 01 extended the due date to September 15, 2025, by 9 AM CDT and updated the Request for Information (RFI) document with vendor questions and answers. Amendment 02 corrected "Uninhibited Glycol" to "Inhibited Glycol" in the pricing worksheet and the RFQ for HVAC Cooling Tower & Water Sampling documents, and also updated the RFI with an additional question. Amendment 03 further updated the RFI with additional questions and answers. For any inquiries, Jin Chung can be contacted at (618) 256-9323 or jin.chung.2@us.af.mil.
    This Statement of Work outlines the requirements for HVAC chemical sampling and treatment services at Scott AFB, IL, focusing on cooling towers, closed-loop systems, and coupon racks. The contractor must provide all labor, tools, chemicals, and equipment for water/chemical monitoring, sampling, and treatment of 13 cooling towers (11 sumps), 124 closed-loop systems (56 chilled, 68 hot), and 27 coupon racks across various facilities. Services include monthly cooling tower testing for parameters like hardness, chlorine, pH, and bacteria, as well as semi-annual Legionella testing by a CDC Elite laboratory. Closed-loop systems require quarterly testing for pH, nitrite, and propylene glycol, with chemical adjustments as needed. Coupon rack testing is semi-annual to assess corrosion. The contract emphasizes adherence to all laws, industry best practices, and a five-year performance period (one base year plus four option years). Key requirements include maintaining chemical levels, providing system status reports, and adhering to strict environmental, safety, and security protocols, though no CAC or access to government IT systems is required. The contractor is responsible for chemical supply, equipment maintenance, waste containment, spill clean-up, and employee training. The government will provide utilities and monitor performance, reserving the right to inspect and issue Contract Discrepancy Reports for non-compliance.
    The document provides a detailed inventory of various loops, coupon racks, and feeders within a building structure, categorized into 'Hot Loops,' 'Cold Loops,' 'Coupon Racks,' 'Cold Loops with Pot Feeders,' and 'Hot Loops with Pot Feeders.' Each category lists specific building numbers (Bldg) or identification numbers and the quantity of corresponding items. The 'Hot Loops' section details items from Bldg 3 to 870, with quantities ranging from 1 to 40. The 'Cold Loops' section covers items from Bldg 1192 to 1700, with quantities up to 2. 'Coupon Racks' are listed for Bldg 1800 to 1989, with quantities up to 2. 'Cold Loops with Pot Feeders' include items from Bldg 3189 to 4010, also with quantities up to 2. Finally, 'Hot Loops with Pot Feeders' are shown for Bldg 4780 to 5160, with quantities up to 2. The document concludes with a 'Total' count for each category: Hot Loops (56), Cold Loops (68), Coupon Racks (27), Cold Loops with Pot Feeders (25), and Hot Loops with Pot Feeders (37). This file appears to be an internal asset register or a component of a larger maintenance, procurement, or upgrade project, likely for a federal, state, or local government facility, detailing the physical infrastructure related to heating and cooling systems and associated monitoring equipment.
    This government file outlines a recurring procurement for cooling tower and closed-loop water treatment services and supplies spanning from October 2025 to September 2030. The procurement details various line items, including monthly cooling tower water testing, corrosion inhibitors, liquid oxidizers, non-oxidizing biocides, and Legionella testing. For closed-loop systems, the file specifies water testing, coupon rack testing, nitrite, and uninhibited propylene glycol. Each year of the contract (OY1 through OY4, plus the base year) lists identical quantities for each service and supply, indicating a consistent demand over the five-year period. The document is structured to allow for the pricing of each unit and the calculation of total amounts for each year, which are currently left blank for bid submission. This recurring procurement ensures the continuous maintenance and safety of critical water systems.
    This government file outlines a Request for Proposal (RFP) for cooling tower and closed-loop water treatment services and supplies spanning five years, from October 2025 to September 2030. The RFP details specific line items for each year, including quantities and units of measure for various services and products. Key services include monthly cooling tower water testing, corrosion inhibitor, liquid oxidizer, non-oxidizing biocide, and Legionella testing for cooling towers. For closed-loop systems, the RFP specifies water testing, coupon rack testing, nitrite, and inhibited propylene glycol. The document provides a structured framework for vendors to bid on these essential water treatment and maintenance services, ensuring the proper functioning and safety of building systems over the contract period.
    Attachment 4 outlines the Past Performance Information Sheet required for federal government RFPs, specifically for recent and relevant work within the past five years involving vehicle barrier systems. Offerors must complete one sheet for each of three references, identifying if the performing company was a prime, subcontractor, or teaming partner. The form requires general project information, customer/agency details including a contact willing to be interviewed, and contract specifics like total value and performance period. A detailed narrative describing the work's relevance to the RFQ's Performance Work Statement (PWS) is crucial, focusing on scope, magnitude, and complexity. Offerors must also provide evidence of performance quality, such as CPARS records or letters of recommendation, granting the U.S. Government permission to verify the information. This document ensures a structured assessment of an offeror's past performance to determine suitability for government contracts.
    The document outlines mandatory federal acquisition regulations and clauses for government contractors, focusing on compliance, supply chain security, and financial transparency. Key clauses address prohibitions on covered defense telecommunications equipment, requirements for unique item identification and valuation (including items with a unit acquisition cost of $5,000 or more, and certain embedded items), and electronic submission of payment requests via Wide Area WorkFlow (WAWF). It also details procedures for handling 'only one offer' scenarios, requiring cost or pricing data, and outlines representations and certifications for commercial products and services, including small business status, Buy American Act compliance, and prohibitions on certain business operations. The document emphasizes adherence to a range of legal and ethical standards, aiming to ensure fair and transparent procurement practices across federal contracts.
    This government file outlines crucial clauses and instructions for federal contracts, emphasizing compliance across various domains. Key provisions include the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, which prohibit the use of certain covered articles or sources and require offerors to disclose any non-compliance. The document also details Item Unique Identification and Valuation (IUID) requirements, mandating unique identifiers for delivered items based on cost and type, and specifying reporting procedures. Additionally, it addresses 'Only One Offer' scenarios, outlining cost or pricing data requirements. The 'Wide Area WorkFlow Payment Instructions' provide guidelines for electronic payment requests and receiving reports. The 'Evaluation-Commercial Products and Commercial Services' section details the criteria for evaluating offers, prioritizing technical capability and past performance over price. Finally, 'Offeror Representations and Certifications' require offerors to self-certify on various aspects, including small business status, veteran ownership, and compliance with socio-economic and ethical standards. This comprehensive document ensures transparency, security, and accountability in federal procurement.
    The document details mask-up gallon requirements for various building sections for July-August 2025. It lists specific quantities for sections 44-1, 44-2, 44-3, 859, 1523, 1575S, 1650, 1700 1,2, 1900, and 5160. One section, 1575N, is noted as
    This document compiles Requests For Information (RFIs) regarding HVAC Cooling Towers and Water Sampling, likely for a federal government procurement. It addresses questions about incumbent contractors, previous contract details (FA440725P0002 and FA440724P0001), and changes in scope. Key technical inquiries include the total annual make-up water amount for cooling towers, estimated volumes of common sumps, requirements for inhibited propylene glycol in closed-loop systems (confirmed for all chilled water and 20 heating systems), and acceptable liquid oxidizing biocides. The document also clarifies pricing structures based on chemical concentration and cost per 1,000 gallons of make-up water, and confirms that listed quantities for chemicals are annual estimates. Importantly, it specifies that Cybersecurity Maturity Model Certification (CMMC) is not required for this Department of Defense sub-tier site and addresses a correction regarding the use of "Inhibited Glycol" versus "Uninhibited Glycol." The government will handle overages or underruns through contract modifications.
    This document outlines Responses to Requests For Information (RFIs) regarding an HVAC Cooling Tower and Water Sampling contract. It clarifies that the current solicitation combines two previous contracts (FA440725P0002 and FA440724P0001), with changes in quantities and facilities. Key details addressed include the lack of tracking for total annual make-up water usage, estimated capacities for specific cooling tower basins, and the requirement for inhibited propylene glycol in all chilled water and 20 heating closed-loop systems. The government will accept equivalent liquid oxidizing biocide products to AM68. Pricing for chemicals should be based on cost per 1,000 gallons of make-up water, and proposals can submit different total gallons per year with a clear equation. Finally, the site does not require Cybersecurity Maturity Model Certification (CMMC).
    This document, a Request for Information (RFI) for HVAC Cooling Towers & Water Sampling, addresses various inquiries from potential contractors regarding a federal government procurement. The RFI consolidates two previous contracts (FA440725P0002 and FA440724P0001), indicating changes in quantities and facilities. Key questions from vendors include identifying the incumbent contractor, previous contract details, and whether the scope has significantly changed. The government clarifies that details on previous contracts are limited to the contract numbers. Other inquiries focus on technical specifications such as the annual make-up water amount for cooling towers, estimated volumes of common sumps, and the requirement for inhibited propylene glycol in all chilled and heating closed-loop systems. Questions also pertain to acceptable liquid oxidizing biocides, chemical pricing based on make-up water or concentration, and the necessity of Cybersecurity Maturity Model Certification (CMMC). The government provides responses, including confirmation of inhibited glycol use and updates to the pricing sheet and RFQ, while stating that total annual make-up water usage is not tracked.
    The Request for Quotation (RFQ) FA440725QJC02, issued by the 375th Contracting Squadron at Scott AFB, IL, seeks services for HVAC cooling tower, closed loop, and coupon rack systems water/chemical monitoring, sampling, and treatment. The acquisition falls under NAICS 541380 and PSC Code H999, with a small business size standard of $19M, aiming for a single award. The period of performance is from the date of award to September 30, 2030, including a base year and four one-year options. An optional site visit is scheduled for December 4, 2025. Quotes are due by December 11, 2025, at 9:00 AM CST, requiring active SAM.gov registration. The evaluation factors are Past Performance, Technical (Acceptable/Unacceptable), and Price, with Past Performance being the most important. Offerors must submit a cover letter, technical quote, past performance information, and a pricing sheet. The document also includes clauses on Ombudsman contact and contractor access to Air Force installations.
    This Statement of Work (SOW) outlines the requirements for HVAC chemical sampling and treatment services at Scott AFB, IL, covering cooling towers, closed-loop systems, and coupon racks across various facilities. The contractor is responsible for providing all labor, tools, chemicals, and equipment to perform water/chemical monitoring, sampling, and treatment. Key responsibilities include maintaining chemical feed systems, conducting monthly site visits for cooling towers, performing semi-annual closed-loop system testing and treatment, and conducting bi-annual Legionella and coupon rack testing. All personnel performing sampling and treatment must be members of the Association of Water Technologies (AWT) or a government-approved equal. The contract emphasizes adherence to local, state, and federal laws, innovative industry best practices, and detailed reporting. Environmental and safety controls, including waste management, spill notification, and fire safety, are strictly defined. Security requirements involve AT Level I Training, background checks, and compliance with installation access policies. The contract is for a base year with four option years and specifies non-personal services, with the government retaining all decision-making authority.
    The provided document appears to be a tally or inventory of various
    This government file outlines a Request for Proposal (RFP) for cooling tower and closed-loop water treatment services and supplies spanning from October 2025 to March 2031. The RFP details nine line items for each year, including cooling tower water testing, various corrosion inhibitors, oxidizers, biocides, Legionella testing, closed-loop water testing, coupon rack testing, nitrite, and propylene glycol. Key requirements include that pricing for cooling tower water testing (CLIN 0001) must be separate. Bidders are required to provide information on the treatment capacity of their products (gallons of make-up water treated per unit) for corrosion inhibitor, liquid oxidizer, and non-oxidizing biocide, as well as their target product dosage in ppm for these chemicals in cooling towers. Pricing for cooling tower chemicals should be based on treating 1,000 gallons of make-up water at an average of 3 cycles of concentration, while closed-loop unit prices should reflect a cost per gallon, with conversion from pounds to gallons if necessary. The file includes sections for annual contracts and a final section for options years (OY1-OY4) and a 6-month extension, indicating a multi-year contractual agreement.
    Attachment 4 outlines the Past Performance Information Sheet for government RFQs, requiring offerors to submit three recent and relevant project references. "Recent" is defined as work performed within the last five years, and "relevant" pertains to maintenance, repair, and installation of vehicle barrier systems. The form requires general project information, customer/agency details (including a point of contact willing to be interviewed), and contract specifics like total value and period of performance. Offerors must provide a detailed narrative describing the work's relevance to the RFQ's Performance Work Statement, addressing scope, magnitude, and complexity. The sheet also requests evidence of performance quality, such as CPARS ratings, letters of recommendation, or other assessments. By submitting, offerors grant the U.S. Government permission to contact the provided references for verification and performance inquiry.
    The document outlines various clauses incorporated by reference and full-text clauses relevant to federal government contracts, particularly those involving the Department of Defense. Key areas covered include contractor responsibilities for unique item identification and valuation, compliance with supply chain security acts (FASCSA), requirements for cost or pricing data when only one offer is received, and electronic invoicing procedures via Wide Area WorkFlow (WAWF). It also details evaluation factors for commercial products and services, various offeror representations and certifications related to business size, veteran status, women-owned businesses, Buy American Act compliance, and certifications regarding responsibility matters and child labor. The document emphasizes compliance with numerous federal regulations and reporting requirements essential for contractors engaging with the government.
    This document addresses Requests For Information (RFIs) regarding HVAC Cooling Towers & Water Sampling, primarily clarifying terminology and pricing methods for chemical treatment. Key points include confirming that "M" stands for Million when referring to gallons of make-up water, and that pricing for chemical treatment should be quoted per 1,000 gallons. The document also clarifies that while biocides are typically fed based on cooling tower system volume, historical data allows contractors to provide a cost per gallon of chemical to maintain acceptable readings. The annual closed-loop testing quantity has been updated to 248, as detailed in the Statement of Work. Additionally, it specifies a preference for propylene glycol inhibited with Nitrite ions for closed-loop treatment, rather than sodium nitrite salt.
    This government file details a series of Requests For Information (RFIs) related to HVAC Cooling Towers & Water Sampling, indicating it is likely part of a federal, state, or local RFP. Key inquiries include clarification on the meaning of "M" in "Treat 10M GAL/MU" (confirmed as Millions), the pricing structure for chemical treatment per 1,000 gallons, and the requirement for cooling tower system volume for biocide quotes. The document also addresses questions about closed-loop system testing frequency, specifying a change to 248 annual tests and referring to the Statement of Work for details. Additionally, it clarifies that inhibited propylene glycol with Nitrite ions is desired for closed-loop treatment, not sodium nitrite. Other RFIs cover the number of inhibited glycol loops, average operational cycles of concentration for cooling towers, the anticipated award and start dates (start date is award date, hopeful award by Jan 1, 2026), and the quote expiration date (January 31, 2026). The site visit attendee list was to be posted after the visit.
    This document contains a series of Requests For Information (RFIs) related to an HVAC Cooling Towers & Water Sampling project, likely a federal government RFP. Key inquiries include clarification on the meaning of 'M' in '10M GAL/MU' (confirming it means millions and establishing pricing per 1,000 gallons), the need for cooling tower system volume for accurate biocide quotes, and a change in closed-loop testing frequency from 496 to 248 annually. The document also specifies a preference for propylene glycol inhibited with Nitrite ions for closed-loop treatment, not salt sodium nitrite. Other questions address the number of 'inhibited glycol' loops, average operational 'Cycles of Concentration' for cooling towers, the anticipated award and start dates (with a target of January 1, 2026), and verification of a quote expiration date of January 31, 2026.
    The 375th Contracting Squadron at Scott AFB, IL, seeks quotes for HVAC chemical sampling and treatment services for cooling towers, closed loops, and coupon rack systems. This Request for Quotation (RFQ) falls under NAICS 541380 and PSC Code H999, targeting a single award. The contract spans from October 1, 2025, to September 30, 2030, with a base year and four option years. An optional site visit was held on September 3, 2025. Offers, due by September 15, 2025, at 9:00 AM CST, must include a technical proposal, past performance information, and pricing. Evaluation will be based on a best value tradeoff, with Past Performance being more important than an Acceptable Technical rating and Price.
    The 375th Contracting Squadron at Scott AFB, IL, has issued an RFQ (FA440725QJC02) for HVAC chemical sampling and treatment services, including labor, tools, chemicals, and equipment for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks. The contract spans October 1, 2025, to September 30, 2030, with one base year and four option years. A site visit is scheduled for September 3, 2025, and quotes are due by September 10, 2025, at 9:00 AM CST. Contractors must be SAM.gov registered, and funding is contingent on FY26 availability. Proposals require a cover letter, technical proposal, past performance information, and a pricing sheet, with evaluations based on technical acceptability, past performance reliability, and price reasonableness. Past performance is considered more important than technical and price factors.
    The 375th Contracting Squadron at Scott AFB, IL, issued an RFQ (FA440725QJC02) for HVAC chemical sampling and treatment services, including labor, tools, chemicals, and equipment for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks. The contract spans from October 1, 2025, to September 30, 2030, with a base year and four option years. A site visit is scheduled for September 3, 2025, and quotes are due by September 10, 2025, at 9:00 AM CST. Offerors must be SAM.gov registered and submit a technical proposal, past performance, pricing sheet, and a cover letter. Evaluation factors are Technical (Acceptable/Unacceptable), Past Performance (reliability ratings), and Price. Past performance is weighted more heavily than technical (if acceptable) and price. The solicitation includes clauses for contractor access to Air Force installations and an ombudsman for concerns.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for cooling tower service at the James J. Peters VA Medical Center in the Bronx, New York. The procurement involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its supporting equipment, with a contract period starting January 1, 2026, and extending through December 31, 2031, including four one-year options. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of experienced personnel familiar with Marley cooling towers and compliance with federal and local regulations. Interested contractors must confirm attendance for a mandatory site visit by December 4, 2025, and submit their quotes by December 9, 2025, at 4:30 PM ET, with inquiries directed to Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    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.
    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.
    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.
    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.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    78287 - CBR - B20128 Air Handler Refurbishment
    Buyer not available
    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.