BPA- HVAC Insulation
ID: FA449725Q0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (N054)

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 a Blanket Purchase Agreement (BPA) focused on HVAC insulation services at Dover Air Force Base in Delaware. This procurement is a 100% Small Business Set-Aside, requiring contractors to provide management, tools, materials, and labor for the installation of insulation aimed at enhancing energy efficiency and safety across various applications. Interested contractors must submit their proposals via email by May 1, 2025, with all questions directed to the designated points of contact by April 23, 2025. For further inquiries, potential offerors can reach out to Ms. Princess Rivera at princess.rivera.1@us.af.mil or Lt. Jayden Thiergood at jayden.thiergood.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for insulation installation services at Dover Air Force Base (AFB). The contractor is responsible for providing management, tools, materials, and labor for the installation of insulation to achieve goals such as energy preservation, noise reduction, and safety. The contract specifies various applications, including chilled water systems and air conditioning ducts, and requires knowledge of multiple insulation materials. Contractors must adhere to stringent safety standards, submit Material Safety Data Sheets for hazardous materials, and ensure compliance with federal, state, and local regulations regarding hazardous waste management. The document details operational guidelines, including working hours, personnel conduct, and the requirement for contractor uniforms. It also emphasizes security measures, including background checks and the necessity for contractor badges and vehicle passes for accessing the base. The PWS includes protocols for emergencies, waste disposal, and contractor behavior, along with information on antiterrorism training and operational security, aligning with Government RFP standards. This comprehensive statement is essential for managing contracted services effectively on military installations, prioritizing safety and compliance throughout the project lifecycle.
    The document outlines specifications for various plumbing and insulation materials, likely as part of government RFPs or grant proposals. It lists items such as domestic hot water tanks in varying capacities (250 to 2000 gallons), converters (small to large), and valves in different sizes, each associated with unit pricing left blank. It also includes insulation types, such as fiberglass and foamglass, and duct wrap specifications based on duct size, suggesting a focus on energy efficiency and standards compliance. This pricing structure includes labor costs and materials per square foot for duct boards and tank wraps. The thorough categorization suggests an emphasis on facilitating procurement for public projects while ensuring adherence to regulatory standards. The organization of items and specifications indicates that the document serves as a comprehensive guideline for bidders in governmental procurement processes, particularly focusing on energy efficiency and maintenance of public infrastructure.
    The government document FA4497-25-Q-0021 outlines the requirements for submitting Present/Past Performance Information (PPPI) as part of a solicitation process. Contractors must provide details on up to five pertinent contracts they have completed for government or commercial clients within the last five years, demonstrating relevant experience in similar scopes of work. Each contractor must ensure that contracting agencies identified in their submission send a Past Performance Questionnaire directly to the specified points of contact by the proposal deadline—responses submitted by the contractors themselves will not be accepted. The document specifies what constitutes 'recent' and 'relevant' performance, clarifies the needed information such as contracting agencies, points of contact, project titles, detailed descriptions of work, contract numbers, dollar values, performance periods, and contact information for contracting officers. This form is critical for evaluating the competence and reliability of offerors as part of the government's procurement process, emphasizing the importance of demonstrated past performance in determining future contract awards. Overall, this document is a standardized guideline aimed at collecting essential performance data from potential contractors to ensure quality and accountability in government contracting.
    The memorandum from the Department of the Air Force's 436th Contracting Squadron addresses solicitation questions for a Blanket Purchase Agreement (BPA) concerning HVAC insulation. Key clarifications include that the solicitation's North American Industry Classification System (NAICS) code has changed, and the contract is not new; it replaces previous BPAs identified by the numbers FA449720A0011 and FA449720A0014. The document serves to inform potential offerors about the updates to the solicitation and provide transparency regarding the contract's status and requirements. The overarching purpose is to ensure that all interested parties have access to necessary information to navigate the solicitation process effectively.
    The document outlines a solicitation for a contract related to insulating services at Dover Air Force Base, specifically targeting women-owned small businesses (WOSB). It specifies details such as the requisition number, contract number, award date, and points of contact for inquiries. The main requirement is for the contractor to provide management, tools, supplies, and labor to install insulation materials for various applications. The contractor must adhere to stipulated terms and conditions, including pricing, invoicing, and delivery timelines, as well as comply with applicable Federal Acquisition Regulations (FAR). The solicitation emphasizes the use of a blanket purchase agreement for ease of procurement, highlighting obligations, pricing warranties, and individual call limitations not exceeding $25,000. Additionally, it includes clauses regarding electronic invoicing, unique item identification, and compliance with various regulations. The aim is to streamline the acquisition process for necessary insulation services while ensuring adherence to regulations and promoting the participation of small businesses.
    The document is an amendment to a solicitation related to federal contracting, specifically concerning the solicitation numbered FA449725Q0021. It extends the deadline for submitting offers and outlines the procedures for acknowledging receipt of the amendment, including options such as completing designated items or sending electronic communications. It also addresses modifications of contracts/orders, detailing how to change existing offers, and clarifying that terms not amended remain unchanged. The primary purpose of this amendment is to incorporate a Questions & Answers Document as an attachment, enhancing clarity for potential contractors. The summary reiterates that adherence to acknowledgment requirements is crucial to avoid rejection of submitted offers. The amendment is issued by the 436th Contracting Squadron and is dated April 24, 2025.
    Lifecycle
    Title
    Type
    BPA- HVAC Insulation
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    25--INSULATION,VEHICULA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540016062514. The contract will involve an estimated quantity of 201 units, with a guaranteed minimum of 30 units, and may result in an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This insulation is crucial for vehicular equipment components and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be distributed.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    25--INSULATION,VEHICULA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540015690659. The contract will involve an estimated quantity of 90 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 13 units. This insulation is critical for vehicular equipment components, ensuring operational efficiency and safety in various military applications. Interested small businesses are encouraged to submit their quotes electronically, with further details available through the DLA's solicitation portal, and inquiries can be directed to DibbsBSM@dla.mil.
    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.
    25--INSULATION,VEHICULA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of insulation for vehicles, specifically under the National Stock Number (NSN) 2540-01-547-9911. The solicitation includes two lines: the first requires a quantity of 1,395 units to be delivered within 247 days after order, and the second requires one unit to be delivered within 60 days after order. This insulation is critical for vehicular equipment components, ensuring the operational efficiency and safety of military vehicles. Interested small businesses are encouraged to submit their quotes electronically, with all submissions considered if received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    25--INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of thermal insulation (NSN 2540014729902) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 14 units. This insulation is critical for vehicular equipment components, and the items must comply with specific source-controlled drawings from approved manufacturers. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Air-Conditioning
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for thermal insulation products under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to acquire airframe structural components, emphasizing the importance of these materials in maintaining the operational efficiency and safety of naval aircraft. Interested vendors should note that early and incremental deliveries are preferred, and they can reach out to Carolyn A. Clark at 215-697-1073 or via email at carolyn.a.clark30.civ@us.navy.mil for further details regarding the solicitation process.