HVAC Repair B4012
ID: FA301625Q0075Type: Combined Synopsis/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, specifically the Department of the Air Force, is seeking qualified small businesses to provide HVAC repair services for Condenser Unit #15 at Building 4012, Joint Base San Antonio, Texas. The procurement involves a comprehensive repair operation that includes transferring refrigerant, replacing critical components, and ensuring the system is fully functional within an estimated five-day period. This opportunity is significant as it supports the maintenance of essential air conditioning and refrigeration systems, which are vital for operational efficiency. Interested contractors must submit their quotes via email by February 28, 2025, following a mandatory site visit on February 25, 2025, and should contact Charles Woyome at charles.woyome.2@us.af.mil or 210-671-1747 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work for repairing Condenser Unit #15 at the Joint Base San Antonio-Fort Sam Houston outlines the contractor’s responsibilities for complete repair operations. The contractor must provide all necessary materials, labor, and specialized technicians to restore the unit to full functionality within an estimated five-day period. Key tasks include transferring refrigerant, replacing critical components (like Diode Bridge, Inverter Board, and Noise Filter Board), and ensuring proper recharging and testing of the system. Coordination with the 502 Civil Engineering team and adherence to safety and environmental regulations are essential throughout the project. Contractors must perform work primarily during weekdays, with specific guidelines for waste disposal and site cleanup. A one-year warranty on materials and workmanship is required, with prompt correction of any defects identified within this period. This document emphasizes the need for careful scheduling, communication, and adherence to federal and state compliance standards to minimize disruption to ongoing operations.
    The file presents Wage Determination No. 2015-5253, issued by the U.S. Department of Labor, focusing on wage rates applicable under the Service Contract Act for contractors in Texas counties. It outlines minimum wage rates based on two Executive Orders: EO 14026, effective from January 30, 2022, requires a minimum wage of $17.75 per hour, while EO 13658 covers contracts awarded from January 1, 2015, to January 29, 2022, and sets a minimum of $13.30 per hour. The document details a comprehensive occupational listing with associated wage rates, fringe benefits, and conditions for various job titles ranging from administrative to health occupations, compliance with paid sick leave requirements, and stipulations for uniform allowances and hazardous pay differentials. Additionally, it provides guidelines for requesting classification and wage rate conformance for unlisted occupations under the contract. The purpose of the document is to enforce fair compensation, worker benefits, and compliance with federal labor standards, thereby promoting equitable labor practices in government contracts.
    The document serves as a Request for Quote (RFQ FA301625Q0075) for the repair of Condenser Unit #15 at Building 4012, Joint Base San Antonio, Texas. It is a combined solicitation for commercial services, exclusively set aside for small businesses under the NAICS code 238220, with a size standard of $19 million. Quotes are to be submitted via email by February 28, 2025, with a mandatory technical plan detailing the approach and timeline for completion. A site visit is required on February 25, 2025, to assess work requirements. The government reserves the right to cancel this solicitation at any time without reimbursement to offerors for associated costs. Evaluation criteria prioritize technical acceptability and pricing, ensuring that the lowest-priced technically acceptable quote is selected for the award. Eligibility requires current registration in the System for Award Management (SAM), and all quotes must adhere to stipulated terms, including warranty information and the capability for electronic invoicing. This RFQ represents the government's effort to procure necessary repairs while fostering small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    HVAC Repair B4012
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 FSH B1472 Chiller Trane AFD Power Module Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of a Trane Adaptive Frequency Drive (AFD) Power Module at Joint Base San Antonio, Texas. The procurement involves sourcing, removing, and installing one Trane AFD Power Module (part number PWR015U) to restore functionality to the nonoperational chiller unit while adhering to original manufacturer's specifications and safety regulations. This project is critical for maintaining operational integrity and compliance with federal standards, with a completion timeline of 90 days and quotes due by February 25, 2025. Interested vendors must register in the System for Award Management (SAM) and can direct inquiries to Theresa Viveros at theresa.viveros@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil for further details.
    JBSA FSH Freezer Equipment
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is conducting market research for the procurement of freezer equipment at Joint Base San Antonio, Texas. The objective is to identify contractors capable of supplying various refrigeration components, including evaporators, condensers, couplings, and copper tubing, along with their associated costs. This equipment is essential for maintaining operational efficiency and ensuring proper storage conditions for sensitive materials. Interested suppliers, particularly small businesses, are encouraged to submit their capabilities and pricing information by February 28, 2025, to the primary contact, Miranda Garza, at Miranda.garza.2@us.af.mil or by phone at 210-671-2842. All responses will be kept confidential, and no feedback will be provided to participants.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a chiller, air handling unit (AHU), and fan coil unit at Patrick Space Force Base in Florida. The project involves replacing an existing TRANE R-22 chiller with a TRANE R-410A chiller, along with upgrading associated components such as cooling towers, pumps, and electrical panels, while ensuring compliance with Florida Building Codes. This solicitation is set aside for Competitive Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget estimated between $500,000 and $1,000,000, with the solicitation expected to be released around March 7, 2025, and bids due 30 days thereafter. Interested bidders must be registered in the System for Award Management (SAM) and should note that funding is not currently available, meaning awards will only be made once funding is confirmed; the government reserves the right to cancel the solicitation without incurring costs to bidders. For further inquiries, potential bidders can contact Abigail Lynagh at abigail.bultman@spaceforce.mil or Hannah Gaddie at hannah.gaddie@spaceforce.mil.
    Chiller B3433
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a 140-ton Trane Ascend Chiller as part of the HVAC Chiller Replacement Standardization Program at Barksdale Air Force Base in Louisiana. This opportunity is set aside for small businesses and requires compliance with federal acquisition regulations, including registration in the System for Award Management (SAM) and adherence to specific technical and pricing criteria. The chiller is crucial for maintaining operational readiness and efficiency in air conditioning systems at military installations. Interested vendors must submit their quotes by February 20, 2025, at 1:30 PM CST, and can direct inquiries to SrA Darrell Gomba at darrell.gomba@us.af.mil or by phone at 318-456-4841.
    HCAV UNITS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide HVAC units under a Combined Synopsis/Solicitation notice. The procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333415, which pertains to Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. These HVAC units are critical for maintaining climate control in military facilities, ensuring operational efficiency and comfort. Interested parties should reach out to Damian Codrington at damian.a.codrington.civ@army.mil or call 254-245-4103 for further details and to express their interest in this opportunity.
    Remove/replace Chiller unit - Bldg. 221
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to remove and replace a chiller unit at Building 221. This procurement is part of a total small business set-aside initiative, aimed at engaging qualified plumbing, heating, and air-conditioning contractors to ensure the efficient operation of critical refrigeration and air conditioning systems. The project is significant for maintaining the facility's climate control and operational integrity, with performance expected to take place in Pennsylvania. Interested contractors can reach out to Claudette Baldt at claudette.baldt.1@us.af.mil or by phone at 412-474-8127 for further details.
    TW-25 Air Conditioning Unit Rentals
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Quote (RFQ) for the rental of a portable air conditioning unit (30,000 BTU) to be delivered to the Medical Treatment facility in Port of Spain, Trinidad and Tobago. This procurement aims to support US Army South's operational needs, ensuring that the facility is equipped with necessary climate control during the specified contract period from April 23, 2025, to May 9, 2025. Contractors must provide all necessary personnel, equipment, and services, and proposals will be accepted from February 25, 2025, to March 11, 2025. Interested bidders are required to register with SAM.gov and comply with local laws, with funding contingent upon the availability of appropriated funds. For inquiries, potential offerors may contact David Garza at david.l.garza5.mil@army.mil or SSG Paul Adamo at paul.m.adamo.mil@army.mil.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotations for the removal and replacement of an inoperable rooftop HVAC unit at Building 2410, Joint Base Cape Cod, Massachusetts. The project aims to enhance operational efficiency for the United States Air Force and Federal Aviation Administration by installing a new natural gas-fired HVAC system, which includes necessary electrical connections and airflow balancing, while adhering to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with a budget range of $25,000 to $125,000, and proposals are due by 4:00 PM EST on February 26, 2025. Interested contractors can contact Patricia Barnett at patricia.barnett@dot.gov or Matthew Phelps at matthew.phelps@dot.gov for further information.
    Repair HVAC in PAX Terminal B3409 Kadena Air Base Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the HVAC system in PAX Terminal B3409 at Kadena Air Base in Okinawa, Japan. The procurement aims to address critical heating, ventilation, and air conditioning needs to ensure the terminal operates efficiently and safely. This project is vital for maintaining a comfortable environment for personnel and travelers at the base, which plays a significant role in military operations in the region. Interested contractors can reach out to Leona I Cantu at leona.cantu.4@us.af.mil or Gary Wynder at gary.wynder@us.af.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.