JBSA Chiller Repair at Graduation Welcome Center B6330
ID: FA301625Q0130Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, 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, through the Department of the Air Force, is soliciting proposals for the repair of a McQuay Model # AWS170BDSE chiller at the Graduation Welcome Center (Building B6330) located at Joint Base San Antonio, Lackland, Texas. The contractor will be responsible for all materials and labor necessary to repair the chiller, including the installation of new parts and ensuring compliance with safety and environmental standards. This opportunity is a total small business set-aside under NAICS code 238220, with proposals due by May 27, 2025, following a mandatory site visit on May 20, 2025. Interested contractors should contact SrA Jamie Cutright at jamie.cutright@us.af.mil or 210-671-4476 for further details and must ensure compliance with federal regulations, including registration in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-5253 issued by the U.S. Department of Labor under the Service Contract Act, emphasizing minimum wage rates applicable for federal contracts in Texas counties. Effective for contracts initiated or extended after January 30, 2022, wages must meet or exceed $17.75 per hour, as specified by Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the compensation is set at a minimum of $13.30 per hour under Executive Order 13658. The document details various occupations, their corresponding wage rates, and fringe benefits such as paid sick leave, health, welfare, vacation, and holiday provisions. Specific classifications denote different roles such as administrative support and maintenance, highlighting their wage requirements and stipulations for underepresented job titles through a conformance process. The information serves as a compliance guide for contractors, ensuring fair wages and benefits for workers in federal contracting contexts, reflecting the government's commitment to worker protections and equitable labor standards.
    The document pertains to the Request for Proposal (RFP) FA301625Q0130 for chiller repair at B6330 Graduation, JBSA Lackland, detailing responses to contractor inquiries. Main topics addressed include warranty terms, sales tax exemptions, bond requirements, submittal obligations, training, and equipment details. The government agrees to consider a 1-year warranty instead of the specified 5-year warranty, although bidders are encouraged to provide pricing for the latter. Notably, all government contracts are exempt from state and local taxes, and contractors are not required to provide any bid or performance bonds, nor are pre-construction submissions needed, as the task involves service provision. The document specifies that no training is required from contractors, but warranty documents must be supplied. Lastly, the government provides a photo of the chiller data plate in Attachment 4 for identification purposes. Overall, the document outlines essential requirements and clarifications vital for contractors bidding on the repair project.
    The Statement of Work outlines the requirements for servicing Chiller #2 at JBSA-Lackland AFB, Building 6330, on March 3, 2025. The contractor is responsible for all materials, personnel, and adherence to relevant standards for repairing the chiller, specifically a McQuay Model # AWS170BDSE. Key tasks include the installation of new parts, such as controllers, pressure transducers, contactors, and rewiring of condenser fans, followed by mechanical and electronic testing to ensure operational efficiency. The contractor must protect government property during the service and dispose of waste properly. Work hours are set from 6:30 A.M. to 5:30 P.M., and no work is expected on federal holidays. Additionally, a 5-year warranty for parts and labor is required, along with a commitment to respond promptly to any failures. Compliance with environmental laws and standards is also emphasized. The document serves as a formal request for proposals (RFP) for qualified contractors to perform necessary repairs while ensuring safety and regulatory compliance.
    The document constitutes a Request for Quote (RFQ) FA301625Q0130 for the repair of a McQuay Model # AWS170BDSE chiller at the Graduation Welcome Center (Building B6330) located at Lackland Air Force Base, Texas. This solicitation is designated as a 100% Small Business set-aside under NAICS code 238220, with a size standard of $19 million. Proposals are due by May 27, 2025, and a mandatory site visit is scheduled for May 20, 2025. Contractors must email their quotes and necessary site access information, including personal identification details for base access, before May 15, 2025. The evaluation process will prioritize technically acceptable proposals with the lowest price as the best value to the government. The RFQ includes detailed instructions for submission, payment terms via Wide Area Workflow (WAWF), and specified performance requirements for the chiller repair. Compliance with various Federal Acquisition Regulation (FAR) clauses and the requirement to register in the System for Award Management (SAM) is necessary for eligibility. This RFQ reflects the government's commitment to engaging small businesses in fulfilling its procurement needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    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.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three air cooler units under solicitation number NSN 4130012186915. This procurement is a total small business set-aside, aimed at acquiring essential air-conditioning and refrigeration equipment for military use, which plays a critical role in maintaining operational efficiency in various environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For any inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with delivery expected within 113 days after order placement.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Replace Chillers 1, 2 & 3
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace chillers 1, 2, and 3 at the Federal Detention Center in Miami, Florida. The project involves the professional installation, labor, materials, and equipment necessary for replacing the existing chillers and all associated HVAC components, including pumps, piping, valves, controls, and plumbing services. This upgrade is crucial for maintaining the facility's operational efficiency and comfort. The estimated project value ranges from $1,000,000 to $5,000,000, with the solicitation expected to be available around December 19, 2025. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Jeffrey Kercheval at jkercheval1@bop.gov.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of two air cooler units, identified by National Stock Number (NSN) 4130123936857. The solicitation is for the supply of these units, which are critical for maintaining temperature control in various military applications, and interested vendors must submit their quotes electronically as hard copies will not be accepted. The procurement is classified under the NAICS code 333415, focusing on air-conditioning and refrigeration equipment manufacturing, with a delivery deadline set for 167 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.