Install Mx Hanger Fans
ID: EEPZ248314-15Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 soliciting proposals for the installation of two high-volume, low-speed ceiling fans in maintenance hangars B995 and B450 at Columbus Air Force Base in Mississippi. Contractors are required to provide all necessary labor, materials, and equipment to modify existing building components in accordance with the Statement of Work (SOW) and relevant Air Force specifications. This project is crucial for enhancing air circulation and operational efficiency within the hangars, contributing to improved working conditions for maintenance personnel. Interested small businesses must submit their proposals electronically by 12:00 PM on July 8, 2025, and are encouraged to attend a site visit on June 17, 2025, with prior registration required. For further inquiries, contractors may contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Daniel Stilts at daniel.stilts@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for Project EEPZ248314, aimed at installing High Volume Low Speed (HVLS) ceiling fans in Building 995 at Columbus Air Force Base, Mississippi. This project intends to improve airflow and working conditions within an aircraft hangar used for maintenance of T-1 Jayhawk and T-6 Texan II aircraft, essential for pilot training. It mandates the design, supply, and installation of electrical components and fan systems, adhering to various safety and design standards including fire protection interlocks and testing. Key sections cover the project scope, design requirements, administrative construction processes, and quality control measures necessary for successful execution. The contractor must submit a series of design documents for government review at different milestones, ensuring compliance with applicable codes. Additionally, the contractor is responsible for managing schedules, materials, and communication with government representatives to minimize disruptions to ongoing operations. The SOW emphasizes the necessity for a phasing plan due to limited work areas, demands extensive site management, and outlines a structured process for pre-final and final inspections. Through this project, the Air Force seeks to enhance maintenance efficiency and overall quality of life for personnel, reinforcing its mission-critical operations.
    The document outlines the Statement of Work (SOW) for the installation of high volume, low speed (HVLS) ceiling fans in Building 450 at Columbus Air Force Base, Mississippi. The project aims to enhance airflow in an aircraft hangar that services T-6 Texan II aircraft, thereby improving working conditions for maintenance personnel during hot summer months. The scope includes the design, installation, and necessary modifications of electrical, mechanical, and fire protection systems to integrate the fans effectively without disrupting existing operations. The Contractor must adhere to strict design standards, submit detailed plans for review at various stages, and maintain quality control throughout construction. The timeline for project completion is set at 180 days, during which phases of work must minimize impact on ongoing military operations. Additional responsibilities include managing logistics, ensuring safety protocols are followed, and securing any necessary permits for construction. This SOW reflects the focus on maintaining operational efficiency while ensuring compliance with local, state, and federal regulations in government RFPs.
    The document outlines the requirements for vendors submitting price proposals in response to a construction solicitation from the Columbus Air Force Base. It requires detailed contractor information, including name, address, and relevant codes. The proposal needs to include a comprehensive cost breakdown covering materials, labor, equipment, and various types of bonds and insurance. Specific percentages of design completion (35%, 65%, 95%, 100%) are requested, alongside clear pricing for all items listed. The solicitation emphasizes the need for thorough justification of all proposed costs, aligning with the cost elements outlined in the Statement of Work. Offerors are warned that the burden of proof for the reasonableness and accuracy of costs lies with them. This document is essential in guiding vendors to prepare compliant and competitive proposals for government contracting in construction, ensuring accountability and transparency in government spending.
    The CAFB Base Electrical Standards document outlines requirements for electrical systems on base, focusing on materials, equipment installation, and regulatory compliance. Key points include the privatization of the exterior electrical system, which started on March 1, 2013, establishing high-voltage ownership protocols. The standards mandate compliance with NFPA 70 and IEEE regulations for all electrical installations, with an emphasis on efficient materials and equipment that must have been in use for at least two years. Specifications for transformers, wiring, conduits, and lighting systems are detailed, including requirements for high-voltage transformers, underground cabling, and emergency lighting features. Grounding and bonding practices are outlined, along with residential and commercial electrical fittings. Moreover, various types of lighting, including fluorescent and HID fixtures, must meet EPA and UL standards, ensuring energy efficiency and safety. This document serves as a guideline for contractors and engineers involved in the electrical infrastructure projects, signifying the government's commitment to maintaining operational standards while ensuring safety and reliability in electrical systems across the base.
    The CAFB Base Standards document outlines comprehensive specifications for mechanical systems in government projects, particularly focusing on the design, installation, and operational efficiency of HVAC, plumbing, and equipment. Key requirements include using manufacturers with a minimum five-year history, ensuring factory testing and documentation for major mechanical equipment, and integrating systems with the existing Enterprise Management Control System (EMCS). Mechanical insulation, piping specifications, and plumbing fixtures are specified to meet energy efficiency standards. Additionally, it mandates testing, adjusting, and balancing (TAB) procedures performed by certified professionals to ensure system performance. Commissioning requirements are established to verify system design and functionality. The standards aim to ensure compliance with governmental regulations, efficiency, safety, and operational capacity in mechanical installations, promoting consistency and high-quality outcomes across federal and state projects.
    The CAFB Base Standards document outlines specific requirements for various safety and fire protection systems within military infrastructures, focusing on compliance with established codes and standards. Key systems discussed include Lightning Protection Systems (LPS), Radio Alarm Transmitters, Addressable Interior Fire Alarm Systems, Fire Suppression Systems, and Mass Notification Systems. For the LPS, materials must conform to NFPA and UL standards, with third-party inspections mandated for Air Force projects. The Radio Alarm Transmitters must interact with existing systems, possess a unique identity code, and incorporate memory capabilities for secure message storage. The Interior Fire Alarm System is designed to be comprehensive and compatible with current systems, featuring a range of sensor types and emergency power capabilities. Fire Suppression requirements include installation of wet and dry pipe sprinkler systems, using specified materials, and ensuring fire pump systems meet relevant NFPA guidelines. Finally, the Mass Notification System should integrate audible and visual signals, connected to both fire alarms and public address systems. This detailed specification underscores the importance of safety, compliance, and interoperability in military facilities, guiding contractors in system design and implementation.
    The document provides guidelines on the management and safeguarding of Controlled Unclassified Information (CUI) within government operations, specifically aimed at ensuring uniformity and compliance with Executive Order 13556. CUI refers to information that requires specific handling and distribution controls due to its sensitive nature. The guidelines outline types of CUI, including Controlled Technical Information and privacy-related data, categorized into two levels—Basic and Specified—each dictating different handling requirements. Access to CUI is restricted to individuals with an authorized government purpose, and dissemination must follow established controls. The document emphasizes marking protocols for unclassified and classified documents and underscores the importance of protecting CUI through various operational practices, including secure handling and destruction methods. Furthermore, unauthorized disclosures may lead to civil and criminal sanctions, reinforcing the need for compliance and reporting mechanisms. This guidance highlights the federal government’s commitment to safeguarding sensitive information, which is crucial for maintaining operational security and fostering trust in government institutions, particularly in the context of proposals and grants where sensitive data may be involved.
    The Columbus Air Force Base (AFB) Entry Authorization Listing (EAL) form is designed for managing access to the installation for specific events. It is mandated by the Air Force Instruction (AFI) guidelines, ensuring that personnel who wish to enter the base for designated purposes are properly vetted. The form collects essential information, including the event details, sponsor contact information, and personal identifiers for individuals seeking entry, such as names, driver’s license numbers, and dates of birth. The completed EAL must be submitted to the 14th Security Forces Squadron at least three duty days prior to the event. The document emphasizes that while providing personal information is optional, failure to do so could result in denied entry. The information collected is used to monitor visits and can be disclosed in compliance with federal regulations for law enforcement or related inquiries. The structure of the document includes a section for the event specifics, personnel details, and authorizing signatures, ensuring accountability and security in managing access to the AFB. This protocol aligns with standard operational procedures for federal installations, ensuring security and proper management of entry.
    The Sources Sought Announcement EEPZ248314_EEPZ248315 is issued by the Infrastructure Flight of the 14 Contracting Squadron to identify potential contractors for a Renovation and Construction project at Columbus Air Force Base, Mississippi. The contract involves providing non-personal services, including the design and installation of electrical systems for high-volume ceiling fans in Buildings 995 and 450. The identified NAICS code is 236220, with a project magnitude between $100,000 and $250,000. Interested parties are required to submit specific information, including business details, experience, and bonding capacity, by May 3, 2025. Responses should indicate the company's capability to comply with socio-economic categories related to subcontracting limitations defined in federal regulations. This announcement serves as a precursor to a potential solicitation, which will be communicated separately. No compensation will be provided for responses to this announcement. The primary aim is to collect data from interested vendors for future procurement opportunities related to the electrical installation project.
    The document outlines the project EEPZ248315, focused on installing fans in maintenance hangars (B450), slated for March 3, 2025. It provides a comprehensive schedule of material submittals required from the contractor, including various plans, drawings, compliance certificates, and material specifications. Key components include shop drawings, demolition and work plans, environmental and hazardous waste reports, and more. Each segment is categorized by discipline—general, environmental, architectural, civil, mechanical, electrical, special systems, and miscellaneous—indicating specific requirements for approval and tracking. The document aims to ensure adherence to safety and regulatory standards, emphasizing the submission of materials relevant to asbestos handling, hazardous waste management, and airfield usage protocols. Additionally, it mandates the contractor's completion of a Hazardous Materials Usage Tracking Form to monitor materials utilized during the project. This trackable approach facilitates compliance with environmental and safety regulations essential in government-led construction projects. Overall, the document serves to guide the contractor through necessary documentation and approval processes for the successful execution of the fan installation project.
    The document is an AF Form 66 detailing the project requirements for installing fans in maintenance hangars (B995) under project number EEPZ248314. Dated March 3, 2025, it outlines specifications for proposed construction work, including essential documentation such as shop drawings, work plans, and progress schedules. The form lists various material submittals categorized by disciplines: general, environmental, architectural, civil, mechanical, electrical, and special systems, each requiring specific items for approval. Critical components include environmental safety reports, hazardous materials tracking, and required state licenses for asbestos handling, indicating regulatory compliance measures. The document emphasizes the importance of a comprehensive approach to project management, requiring a thorough timeline for approvals and compliance checks. A hazardous materials usage tracking form is also included for monitoring and reporting the use of chemicals throughout the project phases. Overall, this structured approach aims to ensure safety, adherence to specifications, and effective communication during the project's execution, reflecting the principles of federal contracting and project transparency.
    The memorandum from the Department of the Air Force outlines the procedures for safeguarding Controlled Unclassified Information (CUI) by contractors at Columbus Air Force Base. It mandates that contractors sign an acknowledgment after completing mandatory Department of Defense CUI training before accessing CUI materials. This training must be completed within 30 days of assignment if the contractor cannot access it through the usual platform. The memorandum requires contract officers to include specific clauses in solicitations that involve Federal contract information, ensuring compliance with safeguarding protocols at all contractor levels. Furthermore, contractors must report any improper CUI disclosures within 72 hours. This document emphasizes the importance of proper information security practices in accordance with federal regulations to protect sensitive information handled by contractors.
    This solicitation for construction work, referenced as FA302225R0008, focuses on installing two high-volume, low-speed ceiling fans in Buildings 995 and B450 at Columbus Air Force Base. The contractor is required to furnish all necessary labor, equipment, and materials in accordance with the Statement of Work (SOW) and relevant Air Force specifications. Sealed bids must be submitted by 12:00 PM on July 8, 2025, and include performance and payment bonds, with offers valid for at least 30 calendar days. The contract stipulates performance initiation within 180 calendar days post-award and completion within specified deadlines. Adherence to various federal regulations, including tax implications for foreign procurements, construction wage rates, and equal opportunity provisions, is mandatory. The proposal also emphasizes sustainable practices and compliance with safety and health regulations, showcasing the Department of Defense’s commitment to responsible contracting and efficient project management.
    The provided document outlines the requirements and guidelines for submitting proposals in response to federal and state RFPs and grants. It emphasizes the importance of adhering to established instructions to ensure compliance and enhance the likelihood of funding approval. Key elements include eligibility criteria, application procedures, funding priorities, and evaluation metrics. The document highlights the significance of demonstrating clear project objectives, timelines, and budget considerations in proposals. Additionally, it underscores the need for a collaborative approach among stakeholders, promoting partnerships that can strengthen project outcomes. The overall purpose is to facilitate a transparent process that encourages innovation and effective solutions aimed at addressing governmental priorities. By adhering to these guidelines, applicants can optimize their proposals to align with funding agency goals and enhance community impact.
    The provided document appears to be a corrupted or encoded government file, making it unintelligible for conventional analysis. However, based on the context of government Requests for Proposals (RFPs), federal grants, and state/local RFPs, the primary intention of such documents is often to detail funding opportunities, application processes, project guidelines, and compliance requirements for potential bidders or grant applicants. Typically, these documents outline the scope of work, eligibility criteria, evaluation methods, and deadlines, facilitating transparency and encouraging competition among service providers. In a structured format, they are likely to section relevant themes such as project objectives, expected outcomes, and any specific regulatory frameworks that must be adhered to by the applicants. Given the anticipated purpose, it is crucial for applicants to carefully review these documents to ensure they meet all outlined requirements and can produce competitive proposals that align with the entity's goals. While the underlying specifics are obscured due to file corruption, the essence of governmental RFPs remains focused on fostering efficient partnerships between public and private sectors to enhance community initiatives through successful project implementations.
    Lifecycle
    Title
    Type
    Install Mx Hanger Fans
    Currently viewing
    Sources Sought
    Similar Opportunities
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    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.
    FAN, CIRCULATING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for circulating fans under Solicitation SPRRA2-25-Q-0052. This procurement involves a firm-fixed-price supply contract for 80 circulating fans, specifically designed to support the M-D6 Patriot Weapon System, with requirements for Government First Article Testing and compliance with various quality standards. The solicitation is now open for full and open competition, with the closing date for offers extended to January 16, 2026, at 3:00 PM CST. Interested contractors should direct inquiries to Brylee Malone at brylee.malone@dla.mil or Michael Romine at michael.1.romine@dla.mil for further details.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.