Hurlburt Field HVAC MACC
ID: FA441725R0017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

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

    The Department of Defense, through the U.S. Air Force, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. This contract aims to provide indefinite delivery/indefinite quantity (IDIQ) construction efforts to support HVAC repair, alteration, and replacement across various facilities, with task orders valued between $1,000 and $3,000,000, and a total ceiling cost of $25 million for all contracts. The selected contractors will play a crucial role in maintaining and enhancing HVAC infrastructure, ensuring compliance with federal standards and operational efficiency. Interested small business contractors must submit their proposals electronically by August 7, 2025, at 1 PM CDT, and are encouraged to contact Ms. Erica Eberle at erica.eberle.1@us.af.mil or Ms. Miranda Wiygul at miranda.wiygul.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for an HVAC Indefinite Delivery Indefinite Quantity (IDIQ) task order for Hurlburt Field, Florida, specifically to replace and upgrade two Computer Room Air Conditioning (CRAC) units in Server Room B90131. The contractor is responsible for providing all necessary materials, labor, and coordination with relevant authorities to ensure project compliance with established specifications. Key tasks include demolishing existing components, installing new CRAC units and associated systems, as well as ensuring proper operation and compliance with security protocols during the project. A cost estimate and necessary permits must be provided, along with adherence to project schedules and documentation requirements. The contractor must also ensure temporary climate control measures are in place during system upgrades. Overall, the project reflects the government's emphasis on maintaining operational integrity within secure environments while upgrading critical HVAC infrastructure.
    The project titled "Replace / Upgrade (2) CRAC Units in Server Room, B90131" outlines the timeline and phases required for the successful completion of the task. It specifies a total allowable contract time of 173 days, with segmented activities including mobilization, submittals, securing materials, performing work, addressing punch list items, and testing/authorization. Notably, mobilization is allocated 30 days instead of the usual 7 to account for necessary base clearances and the unique aspects of the project. This extended timeline may be partially mitigated by activities conducted during the selection process for IDIQ/MACC. The comprehensive breakdown of tasks is essential for ensuring project execution aligns with federal contracting standards, emphasizing thorough planning and adherence to deadlines. This document serves to guide contractors in understanding the timeframes for each phase, facilitating clear communication and efficient project management in accordance with government RFP protocols.
    The document details specifications and operational characteristics of two existing Data Aire CRAC (Computer Room Air Conditioning) units, CRAC-1 and CRAC-2, both having identical model GFCD-07732 and serial numbers 2013-0834-A and 2013-0835-A. Each unit operates on 208VAC/3PH/60Hz, featuring cooling through chilled water (CW) and humidification via an electric humidifier (10.2 kW). The layout of the units involves a downflow configuration with airflow dynamics from a plenum ceiling to a plenum floor. Contractors are advised to vet the provided data sheets for accuracy as they are not unit-specific. Additionally, discrepancies are noted in the building drawings related to unit designation, which the contractor must verify. The purpose of this document is to inform potential contractors involved in federal and state/local RFPs regarding the technical parameters and conditions of the CRAC units, ensuring clarity and accuracy for forthcoming maintenance or replacement proposals.
    The document outlines specifications for the Liebert CW precision cooling system, specifically the Model CW076DC1CT03DJ. The procurement request involves acquiring two units designed for efficient downflow cooling, featuring a 208/3/60 voltage configuration, dual float condensate pumps, and a robust EC motorized impeller. Each unit operates at 12,400 CFM with a static pressure of 0.2 inches ESP, supported by high-pressure valves and a flow switch. Advanced control systems are included, employing Liebert iCOM technology with multiple communication protocols (BACnet, Modbus, SNMP) to ensure seamless network integration. Additional safety features incorporate leak detection and smoke sensors. The warranty covers the first year for parts and labor, demonstrating confidence in the system's reliability. This document serves as part of federal RFP processes, indicating a focused initiative to enhance cooling infrastructure in compliance with government standards and needs for advanced climate control solutions.
    The solicitation FA441725R00170002 is for a Multiple Award Construction Contract (MACC) at Hurlburt Field, Florida, focusing on Heating, Ventilation, and Air Conditioning (HVAC) services. This contract, issued by the U.S. Air Force, aims to provide indefinite delivery/indefinite quantity (IDIQ) construction efforts to support military operations. Contractors are required to manage various HVAC repair and replacement tasks across multiple facilities, encompassing demolition and specialty contracting work. The MACC has a five-year ordering period, with individual task orders valued between $1,000 and $3 million, summing to a total ceiling cost of $25 million for all contracts. A pre-construction meeting is scheduled for July 9, 2025. Interested offerors must follow specific submission guidelines, including timelines for performance and the necessity for performance and payment bonds. The contract emphasizes compliance with the outlined requirements, including small business regulations, and mandates that the contractor perform at least 15% of the total work with its own workforce. This initiative highlights the government’s commitment to maintaining and improving military infrastructure while encouraging small business participation.
    The document outlines an amendment to a solicitation related to the Hurlburt Field HVAC MACC project, identified by solicitation number FA441725R0017. It announces a proposal deadline extension from July 31, 2025, at 10 AM to August 7, 2025, at 1 PM, ensuring that all offerors are informed of the revised timelines. Key updates include the introduction of several revised attachments, including updated instructions and evaluation factors for proposals. The amendment emphasizes the necessity of acknowledging receipt of this amendment to avoid potential rejection of offers. Besides administrative changes, the document indicates that all other terms and conditions remain unchanged. The list of attachments features a variety of documentation, including statements of work, wage determinations, and project photography, catering to the requirements stipulated in the solicitation. The purpose of this amendment is to ensure clarity and provide updated information pertinent to contractors engaged in the proposal process.
    The document serves as an instructional guide for contractors developing a cost estimate proposal for the Hurlburt HVAC MACC project (FA441725R0017) located at Hurlburt Field, Florida. Contractors are instructed to utilize prefilled division sheets to complete the 50 divisions of the cost estimate in the CSI format. They must include any omitted items within each division, and if discrepancies arise with the prefilled elements, they are to leave them blank and propose additions at the end of the relevant division. Specific sections marked as "Fill Here" on the summary tab must be completed, as it will auto-calculate based on the input from individual division tabs. The document encompasses various construction elements such as general requirements, concrete work, HVAC, electrical systems, and plumbing, alongside required calculations for overhead, profit, and bonding costs. By emphasizing a systematic approach to cost estimation, the document reflects the complexities inherent in federal and local construction projects, pushing for thoroughness and accuracy throughout the proposal development process.
    The Hurlburt Field Air Force Base Multiple Award Construction Contract (MACC) focuses on HVAC construction and repair projects within the base in Florida. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract allows the Civil Engineer's office to procure services that address various HVAC systems, including design, construction, maintenance, and inspection tasks, under well-defined task orders. Contractors must meet strict compliance standards, including federal, state, and local regulations, as well as military-specific safety and environmental guidelines. The process includes emergency equipment rentals, contractor quality control measures, and a detailed protocol for project execution, emphasizing timely communication and planning with base representatives. Key areas of emphasis include the organization and qualifications of contractors, compliance with environmental and safety regulations, extensive project design requirements, and thorough documentation with submittals for agency approval. The overall objective is to ensure high-quality, efficient, and safe execution of HVAC projects while minimizing disruption to ongoing base operations and maintaining compliance with governing regulations.
    The document outlines the Multiple Award Construction Contract (MACC) at Hurlburt Field Air Force Base (AFB), Florida, which is an Indefinite-Delivery, Indefinite-Quantity contract for HVAC construction projects. It details the general requirements and procedures for contractors involved in HVAC repair, alteration, and replacement on the base. Key sections include contract stipulations, design requirements, task execution procedures, and contractor organization. The contract allows for a variety of projects, including emergency equipment rentals authorized by the government. Contractors must follow established safety, environmental, and design standards compliant with Department of Defense regulations. Specific processes for submittals, project coordination, and approval are emphasized, along with requirements for on-site working conditions and interactions with civil engineering representatives. Coordination of project schedules and site management are critical, including handling hazardous materials when necessary. The summary stresses the government's emphasis on quality control, adherence to safety protocols, and effective communication throughout the project's lifecycle. The MACC contract exemplifies a structured approach to fulfilling federal projects tied to infrastructure maintenance, reflecting a commitment to efficient and reliable service delivery within prescribed guidelines.
    The solicitation FA441725R0017 for the Hurlburt Field HVAC MACC seeks contractors for mechanical upgrades involving CRAC unit replacements. Contractors will gain annual base access by providing an approved personnel list. A single qualified individual can fulfill multiple roles like superintendent and QA/QC manager. The project is funded but not tax-exempt. The proposal process emphasizes adherence to cost and pricing guidelines, with certified cost data required only upon request in the case of a single bid submission. Contractors must confirm their NIST SP 800-171 self-assessment scores—aiming for a score of 110—and will not need to submit related assessments at the proposal stage. The document outlines various technical requirements, including the need for temporary cooling during construction and specifications for safety and electrical compliance. The government intends to retain the existing CRAC units unless unsalvageable, detailing that removal and transport will be the contractor's responsibility. Safety codes and compliance with fire regulations, along with the need for collaboration with local authorities, are emphasized throughout. Overall, this project illustrates the government's ongoing commitment to infrastructure modernization and operational integrity at military installations.
    The document outlines specifications for a government project related to the installation and provision of mechanical power systems, specifically focusing on fiber optic network equipment. This includes various types of fiber optic components, such as high-density and single-mode cabling, patch panels, and breakout boxes. The requirements highlight the importance of labeling for clarity in fiber terminations, ensuring proper identification for different systems indicated by color coding (e.g., green, red, yellow). Emphasis is placed on the seamless installation of cabling without splices, and the provision of adequate slack fiber. Additionally, each system requires specific equipment quantities, demonstrating a structured approach to establishing a robust network infrastructure. This document serves as a comprehensive request for proposals (RFP) for contractors in the telecommunications field, ensuring the completion of a secure and efficient data communication system within government facilities. The intended outcome is improved connectivity and reliability in data systems supporting government operations.
    The document outlines the specifications for the repair and alteration of Building 90131 at Hurlburt AFB, Florida, focusing on the HVAC (heating, ventilation, and air conditioning) systems. It details the flow diagrams and operational sequences for multiple Air Handling Units (AHUs) and Chilled Water (CW) and Hot Water (HW) systems, ensuring optimal environmental conditions within specified parameters. Key components include control methods for temperature, humidity, and airflow, with integration of safety features like emergency shutdown protocols and fire alarm interlocks. Additionally, it includes a comprehensive bill of materials necessary for the project, consisting of various control devices, valves, sensors, and actuators from specified vendors. The document's structure consists of detailed diagrams and operational sequences, emphasizing automated control and redundancy in the HVAC systems to meet building standards. This project reflects the federal government's intention to maintain and enhance facility infrastructure for operational efficiency and safety, underlining its commitment to service members and overall energy efficiency.
    Professional Service Industries, Inc. (PSI) conducted a materials survey at Hurlburt Field, Building 90131, to assess the presence of asbestos-containing materials (ACM) and lead-based paint (LBP). Authorized by Peterson Engineering, the survey aimed to evaluate materials subject to renovation. Conducting fieldwork on February 20, 2024, PSI identified various suspect materials, collecting 23 samples for asbestos analysis. The findings indicated that some samples contained low levels of chrysotile asbestos, while the majority of materials showed no detectable asbestos. Additionally, several painted surfaces likely contained lead, particularly in structural steel components. The report emphasized the importance of a comprehensive operations and maintenance (O&M) program to manage ACM and the need for licensed abatement prior to renovation activities. Recommendations included regulatory compliance regarding the management and removal of these hazardous materials, and the necessity for worker protection measures due to potential lead exposure. Overall, the survey underscores the critical need for careful handling of hazardous materials during building renovations to ensure health and safety compliance.
    The document serves as an analytical report on hazardous waste sampling conducted at Hurlburt Field, issued by Advanced Environmental Laboratories, Inc. It details results received from samples collected on June 22, 2022, and analyzed on June 28, 2022. The report confirms adherence to NELAC standards and includes a certificate of analysis. Key findings are summarized in a table showing various sample IDs, matrices, and analytical methods, all denoting the percentage of asbestos present and indicating that certain samples do not detect asbestos at all. The analysis was performed in compliance with established methods, emphasizing the importance of following regulatory protocols and maintaining quality control. Overall, the report highlights the laboratory's commitment to accurate hazardous material assessment to support compliance with environmental safety regulations, providing essential data for project oversight and potential remediation efforts. This aligns with the context of governmental RFPs as it relates to environmental assessment and risk management for federal projects.
    The Hurlburt Field Air Force Base (HF-AFB) Multiple Award Construction Contract (MACC) focuses on Heating, Ventilation, and Air Conditioning (HVAC) operations. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract guides the process for issuing Task Orders (TOs) and selecting Offerors based on Fair Opportunity principles per FAR 16.505. Ordering and administering officers will manage TOs exclusively from Hurlburt Field, ensuring an 80% participation rate from Offerors to avoid Off Ramping—removal from future bidding opportunities due to poor participation or performance. The Task Order Proposal Request (TOPR) will outline essential project details, including scope of work, pricing structure, and bonding requirements. Awarding decisions can use a variety of source selection methods, and contractors bear the cost of proposal preparation without reimbursement. Provisions are included for potential cancellations of TOPRs, certified pricing data, and the authority of the Ordering Contracting Officer. Regular performance assessments will determine Offeror eligibility for future projects, with Off Ramping procedures in place for underperformance. Overall, the document aims to facilitate efficient, competitive contracting for HVAC services at HF-AFB while encouraging high standards of performance and participation from contractors.
    The document outlines the procedures for the Multiple Award Construction Contract (MACC) for Heating, Ventilation and Air Conditioning (HVAC) at Hurlburt Field Air Force Base. It details the process for issuing Task Orders (TOs), which will be awarded based on Fair Opportunity principles under FAR and DFARS guidelines. Offerors must maintain an 80% participation rate in TO proposals, with potential consequences for non-compliance, including Off Ramping, the removal from future competitions. The document specifies requirements for TO proposals, project management, and quality assessments for performance evaluation. Only confirmed contracting personnel are authorized to approve modifications, and contractors bear the costs of their proposals. Off Ramping procedures are outlined, detailing scenarios that could lead to removal from the contract pool for underperformance. Overall, this contract aims to ensure quality construction services and regulatory compliance while maintaining strategic relationships among contractors throughout the IDIQ period.
    The provided document consists of fragmented text and appears corrupted, making it challenging to derive a coherent narrative directly. However, in the context of government RFPs, federal grants, and state/local requests, it seems to touch upon various proposals or requirements for federal funding or grants. These processes often involve ample documentation outlining eligibility, project scopes, budget requirements, and compliance with federal standards. It typically aims to solicit proposals from organizations or entities that can provide services or products aligned with governmental objectives, likely focusing on areas such as infrastructure, healthcare, environmental assessments, or community development. The successful completion and review process is critical, requiring potential applicants to detail their plans, methodologies, and anticipated outcomes to secure funding. Overall, while the text does not convey specific actionable items or proposals due to its corrupted state, the overarching theme reflects on the systemic approach to government-funded initiatives aimed at addressing community or organizational needs.
    The document is a Past/Present Performance Questionnaire (FA441725R0017) used in federal contracting processes to evaluate a contractor’s performance history. It includes sections for contractor information, respondent details, project specifics, and essential performance metrics. The performance metrics evaluate areas such as quality, schedule adherence, management effectiveness, small business utilization, regulatory compliance, and any occurrences of liquidated damages. Evaluation respondents rate the contractor's performance using a scale ranging from "Exceptional" to "Unsatisfactory," accompanied by comments for each rating, especially for any marginal or unsatisfactory performances. Respondents are also asked if they would rehire the contractor based on overall performance. The document emphasizes timely submission and provides specific contact information for contract specialists and officers, urging completion before the solicitation closing date. Overall, the questionnaire serves as a critical tool for assessing contractors' past performances, thus influencing future contract awards in federal, state, and local procurement processes.
    The Financial Reference Worksheet is a component of the contractor proposal process for federal solicitations, specifically for the FA441725R0017 RFP from the 1st Special Operations Contracting Squadron at Hurlburt Field, FL. Contractors are required to provide a reference sheet for each financial institution they hold accounts with to facilitate a review of their financial responsibility. The worksheet captures essential information such as the company's name, contact details, institutional information, and permission for bank representatives to disclose account details, which will be evaluated during the award process. The bank will fill out specific sections regarding the contractor’s financial status, including average monthly balances, outstanding loans, credit lines, payment history, tenure with the institution, and credit ratings. This assessment ensures that contractors meet financial eligibility and reliability standards for government contracts. The document's structure provides clear instructions for both contractors and banking institutions, aiming to streamline the evaluation and ensure compliance within the bidding process.
    The document serves as a set of instructions for offerors participating in a federal solicitation process for a proposed project. It emphasizes the requirement for compliance with proposal submission guidelines, including deadlines and specific content mandated by the Request for Proposal (RFP). Proposals must be formatted electronically and may only be submitted by certified Small Business firms. The instructions outline critical submission components, particularly the Technical Proposal, which requires detailed narratives, construction schedules, and cost proposals. Offerors are also obligated to provide evidence of past performance on similar contracts, ensuring relevancy and recency to demonstrate their capability. Key evaluation factors will include the completeness of proposals, quality of past performance, and clarity in addressing the project's technical demands. Amendments to the solicited specifications may occur prior to the closing date, which offerors must acknowledge in their submissions. This comprehensive guide aims to structure the proposal process, ensure fair competition, and facilitate adequate price competition, ultimately directing the selection of a qualified contractor for the proposed construction project at Hurlburt Field, Florida. The focus on engagement with designated contracting officials for questions underlines the importance of communication in achieving proposal success.
    This document outlines the evaluation factors for awarding multiple contracts for the Heating, Ventilation, and Air Conditioning (HVAC) SEED project under a Federal Acquisition Regulation (FAR) competitive Best Value Tradeoff process. It establishes that the Government will prioritize a combination of technical approach, past performance, and cost/price when selecting contractors, specifically aiming for the best overall value. Key evaluation factors include technical execution of the SEED project, the offeror’s past performance, and the proposed cost/price. Proposals will be ranked based on their Total Evaluated Price (TEP), and a minimum of five qualified offers will be considered. The evaluation process is structured in sequential steps, assessing proposals first for technical acceptability, then for past performance confidence, and finally for cost realism. Specific details regarding each evaluation factor are outlined, emphasizing the importance of providing comprehensive, clear proposals that adhere to solicitation requirements. Additionally, the document provides guidance on contractor qualifications, management plans, and past performance assessments relevant to the award process, ensuring that the Government selects responsible offerors capable of successfully completing the contract.
    This government file outlines special contract requirements for construction and service contracts at Hurlburt Field, emphasizing performance and payment bonds, environmental management, and safety regulations. Contractors must submit performance and payment bonds, each equaling 100% of the contract value within ten days post-award. Compliance with environmental standards requires contractors to list hazardous materials and follow protocols outlined in the agency's Environmental Management System. Contractors are responsible for obtaining necessary construction permits and submitting daily reports detailing work progress, delays, and site conditions. Additionally, contractors must dispose of hazardous waste according to applicable laws and secure their work areas during hurricane season. They must also implement warranties for construction work, maintain insurance coverage, and ensure employee safety through training. Identification and access management are critical, requiring contractors to manage employee access to the installation. The document emphasizes adherence to security protocols and clear communication with the contracting authority. Payment terms are set as Net 14, with submission procedures for progress payments via the electronic WAWF system. Overall, this document ensures compliance, safety, and accountability in government contracting efforts.
    This document provides detailed instructions and conditions for offerors in response to a Request for Proposal (RFP) related to a federal contracting opportunity. It outlines mandatory submission requirements, including proposal formats, contents, deadlines, and acknowledgment of amendments. Proposals must show compliance with technical requirements, including a technical narrative, construction schedule, and pricing breakdown using a specific cost estimate worksheet. Only certified small businesses are eligible to submit proposals, and past performance must be documented with relevant contracts that demonstrate similar complexity and scope. The evaluation criteria include technical execution, management approach, and price proposals. Offerors are instructed to submit proposals electronically, ensuring that they are organized, indexed, and free of unnecessary details, while also complying with formatting and page restrictions. The document emphasizes that the contract may be awarded based on the initial proposal without further discussions, underscoring the importance of a well-prepared submission. Questions regarding the RFP must be addressed to designated contracting officials within stipulated timeframes. Overall, the document serves to guide potential bidders in preparing competitive and compliant proposals to fulfill government contracting needs efficiently.
    The document outlines the evaluation factors for selecting contractors under a competitive Best Value Tradeoff for a Multiple Award Construction Contract (MACC) related to the SEED project, which involves replacing two CRAC units in Server Room, B90131. Contract awards will consider technical performance, past performance ratings, and cost-price proposals, emphasizing an "Acceptable" technical rating and substantial past performance confidence for eligibility. The selection process includes evaluations of proposals based on defined technical execution, management plans, and geographical response capabilities. Offering a complete, reasonably priced, and competitive proposal is imperative as the government intends to award contracts without discussions unless deemed necessary. The evaluation process emphasizes that prior performance will significantly influence award decisions, particularly for those rated "Acceptable" in technical qualifications. Finally, it specifies that contractor qualifications, financial capabilities, and compliance with solicitation requirements are key to the contract awarding process. The document underscores aims to ensure that the government procures the best value service while maintaining strict adherence to technical, management, and performance standards.
    The document outlines specific instructions and conditions for offerors responding to a government Request for Proposal (RFP). It emphasizes the need for clarity, compliance, and submission of complete proposals, detailing methods of electronic submission and the importance of acknowledging amendments. Offerors must include three proposal volumes: a Technical Proposal, Past Performance documentation, and a Cost/Price Proposal. Technical Proposals should address execution plans for an HVAC project, management approaches, and geographical proximity to support emergency responsiveness. Past Performance evaluations consider recent and relevant contracts. The document stresses the necessity for certified Small Business concerns to participate and provides guidelines for teaming and joint ventures. Additionally, it outlines the evaluation criteria, acceptance periods, and requirements for proposal formatting, ensuring organized, concise submissions. The overall purpose is to establish clear expectations and a structured evaluation process for contracting with government entities.
    The document details a pre-proposal site visit for the Hurlburt Field Multiple Award Construction Contract (MACC), specifically for Building 90131 in Hurlburt Field, Florida. It serves as guidance for interested contractors regarding the project and proposal submission process. The acquisition is exclusively for small businesses, with a proposal submission deadline set for July 31, 2025, at 10:00 AM CDT. All proposals must be submitted electronically via specific methods outlined in the solicitation, and hard copies are not accepted. Contractors are reminded to comply with all submission requirements specified in Sections L and M of the solicitation, including detailed formats for the proposal, which consists of three volumes: Technical Proposal, Past Performance, and Cost/Price Proposal. Additionally, proposals must include completed past performance questionnaires. Questions regarding the proposal must be submitted in writing by a specified deadline, and all communications will be posted on the SAM.gov website. This document emphasizes the importance of compliance and careful adherence to guidelines to ensure eligibility for award consideration.
    The document is a solicitation for a Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. It outlines the project's requirements and stipulates that contractors must provide all necessary labor, materials, and supervision for HVAC-related construction and repair tasks on various real property facilities. The MACC will be operational for five years, with task orders ranging from $1,000 to $3,000,000 and an overall ceiling cost of $25,000,000 for all contracts. A pre-conference meeting is scheduled for July 9, 2025, to discuss the project and site access details. Contractors are required to submit sealed bids by a specified deadline and may need to furnish performance and payment bonds. The solicitation emphasizes compliance with federal acquisition regulations, including adherence to small business set-asides. Overall, this document reflects the government's commitment to enhancing HVAC infrastructure at Hurlburt Field while ensuring competitive contracting opportunities for businesses.
    The solicitation document outlines a request for proposals (RFP) for a Multiple Award Construction Contract (MACC) related to Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The government seeks to establish an indefinite delivery/indefinite quantity (IDIQ) contract, providing a range of HVAC construction and repair services over a five-year period. Task orders are anticipated to range from $1,000 to $3,000,000, with a total ceiling limit of $25 million across all contracts, and each contract capped at $5 million. A pre-conference meeting and site visit are scheduled for early July 2025, encouraging participation to understand project specifics. The contractor must submit all required performance and payment bonds within the stipulated timeframe post-award and acknowledge receipt of amendments to the solicitation. Significant emphasis is placed on performance, compliance with safety regulations, and the need for contractors to adhere to specific clauses regarding small business participation and subcontracting limits. The document serves to inform potential bidders about project requirements, procedures for submitting proposals, and expectations regarding performance bonds, indicating the government's commitment to engaging qualified contractors while upholding regulatory standards and promoting small business opportunities.
    This government document serves as an amendment to a solicitation for a project identified as FA441725R0017, modifying the closing date for proposal submissions from July 24, 2025, to July 31, 2025, at 10:00 AM CDT. It highlights that acknowledgment of this amendment is mandatory prior to the specified date and time to avoid rejection of offers. The adjustment includes the addition of pre-proposal site visit brief minutes and a redacted sign-in sheet. The document outlines the procedures for contractors to make changes to previously submitted offers, as well as administrative details regarding the contract modifications. Key attachments related to the project, such as statements of work, wage determinations, and evaluation criteria, have also been updated to ensure compliance and clarity for interested parties. Overall, this amendment emphasizes proper communication and adherence to submission protocols in federal contracting processes.
    The document pertains to an amendment of a solicitation for a federal contract, specifically regarding HVAC services at Hurlburt Field, Florida. It outlines procedures for potential contractors to acknowledge receipt of the amendment and details modifications to the solicitation terms, emphasizing that all other conditions remain unchanged. The amendment intends to provide administrative updates, including a revised Attachment 7 on submission instructions for offers. The amendment includes multiple attachments detailing the project scope, evaluation factors, financial reference sheets, and various reports related to the facility and past performance. Notably, Attachment 1 outlines the Statement of Work for Hurlburt HVAC, which is crucial for contractors to understand project expectations. The document emphasizes compliance with specified timelines for acknowledgment to avoid offer rejection, underscoring the formal process required for government contracting. Overall, it reflects the structured nature of federal solicitations and the importance of precise communication in procurement processes.
    Lifecycle
    Title
    Type
    Hurlburt Field HVAC MACC
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Update HVAC Building 1281
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    Marietta Repair Station HVAC Supply and Install; W91237-26-Q-A008
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the supply and installation of a complete HVAC system at the Marietta Repair Station located in Marietta, Ohio. The contractor will be responsible for providing all necessary equipment and services to ensure the HVAC system is fully operational in the new steel building. This procurement is crucial for maintaining a comfortable and efficient working environment at the facility, which is essential for its operational capabilities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, and inquiries can be directed to Lillie Bodie at 304-399-5139 or via email at lillie.v.bodie@usace.army.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.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    2027 McConnell AFB MACC IDIQ
    Buyer not available
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.