ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

REPLACE HEATING BOILER - JBSA Randolph, TX

DEPT OF DEFENSE FA301625Q0218
Response Deadline
Sep 4, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of a gas-fired heating boiler system at Building 575, Joint Base San Antonio-Randolph, Texas. The project aims to remove the existing boiler and install a new, energy-efficient system that complies with current codes and meets the facility's long-term heating needs. This procurement is a 100% Total Small Business set-aside under NAICS code 332410 (Power Boiler and Heat Exchanger Manufacturing), with quotes due by September 4, 2025, at 1:00 PM CDT. Interested contractors should direct inquiries to SrA Jamie Cutright at jamie.cutright@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil, and are encouraged to attend a site visit scheduled for August 22, 2025.

Classification Codes

NAICS Code
332410
Power Boiler and Heat Exchanger Manufacturing
PSC Code
4410
INDUSTRIAL BOILERS

Solicitation Documents

10 Files
RFQ - FA301625Q0218.pdf
PDF901 KBAug 27, 2025
AI Summary
This Request for Quote (RFQ) FA301625Q0218, issued by the US Air Force, seeks proposals for the removal and replacement of a gas-fired boiler at Joint Base San Antonio-Randolph Building 575 in Texas. This is a 100% Small Business set-aside, with NAICS code 332410 (Power Boiler and Heat Exchanger Manufacturing) and PSC 4410 (Industrial Boilers). Key dates include a deadline of August 25, 2025, for questions and August 29, 2025, for quote submissions. A site visit is scheduled for August 22, 2025. Quotes must include company information, CAGE code, POC, tax ID, warranty, GSA Schedule, and WAWF invoicing capacity. Evaluation will prioritize the technically acceptable lowest-priced quote, based on meeting technical specifications for the boiler (Fulton Gas Fired Pulse Combustion Boiler or equal) and delivery/installation timeframe. Proposals must detail product specifications for "equal" items and an installation schedule. Contractors must be registered with SAM and adhere to various FAR and DFARS clauses, including those concerning electronic invoicing via Wide Area WorkFlow (WAWF) and unique item identification.
Attachment 1 - SOW - Boiler Replacement - B575 JBSA RAN.pdf
PDF193 KBAug 27, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for replacing the gas-fired boiler system in Building 575 at Joint Base San Antonio – Randolph, Texas. The project aims to install a new, energy-efficient, and code-compliant heating system to meet the facility's long-term heating needs. The contractor is responsible for all aspects of the project, including furnishing supervision, labor, materials, tools, equipment, transportation, and quality assurance for the removal, disposal, and replacement of the existing system and its associated components. The scope of work includes the safe removal and disposal of the old boiler system, installation of a new boiler and auxiliary components, necessary piping modifications, electrical upgrades, and integration of new boiler controls with the existing building's Direct Digital Control (DDC) system. The contractor must adhere to all applicable codes, standards, and environmental regulations, and ensure proper coordination with the 502d Civil Engineering Squadron to minimize disruption. All work must be completed between 6:30 AM and 4:30 PM, Monday through Friday, excluding federal holidays. The contractor is also responsible for protecting government property, providing a one-year warranty on materials and workmanship, and submitting necessary documentation. Security background checks are required for installation access.
Attachment 2 - Current Boiler System Photos.pdf
PDF13454 KBSep 1, 2025
AI Summary
The document provides specifications for the Fulton Hydronic Boiler Pulse 1, designed for use on non-combustible floors, with a BTU input of 300K and output of 270K. It includes essential details such as design pressure, electrical ratings, and gas manifold pressure, confirming certification by the Gas Association. The boiler's model number is PHW-300S, manufactured in the year 2000, and emphasizes safety clearances and installation requirements.
RFQ - FA301625Q02180002.pdf
PDF1207 KBSep 1, 2025
AI Summary
The Request for Quote (RFQ) FA301625Q02180002 seeks proposals for the removal and replacement of a gas-fired boiler at Joint Base San Antonio-Randolph Building 575, TX. This is a 100% Small Business set-aside, with NAICS code 332410 (Power Boiler and Heat Exchanger Manufacturing) and PSC 4410 (Industrial Boilers). Quotes are due by September 4, 2025, at 1:00 PM CDT. A site visit is scheduled for August 22, 2025, at 10:00 AM CDT, requiring prior registration for base access. The evaluation criteria prioritize the technically acceptable lowest-priced quote, with technical factors including offering the brand name (Fulton Gas Fired Pulse Combustion Boiler) or an equivalent meeting specific salient characteristics, and a comprehensive delivery/installation schedule. The contract mandates electronic invoicing via Wide Area WorkFlow (WAWF) and compliance with various FAR and DFARS clauses, including those related to item unique identification and hazardous materials.
RFQ - FA301625Q02180001.pdf
PDF899 KBSep 1, 2025
AI Summary
This Request for Quote (RFQ) FA301625Q02180001 outlines the requirements for removing and replacing a gas-fired boiler at Building 575, Joint Base San Antonio (JBSA) Randolph, TX. The solicitation is a 100% Small Business set-aside, with a NAICS code of 332410 (Power Boiler and Heat Exchanger Manufacturing) and PSC 4410 (Industrial Boilers). Key dates include a deadline of August 25, 2025, for questions and August 29, 2025, for RFQ submissions. A site visit is scheduled for August 22, 2025.Quotes will be evaluated based on technical acceptability and the lowest price, with specific technical factors including adherence to salient characteristics for a Fulton Gas Fired Pulse Combustion Boiler or an approved equivalent, and a detailed delivery/installation schedule. The successful contractor must be registered with the System for Award Management (SAM) and will be required to use Wide Area WorkFlow (WAWF) for electronic payment requests and receiving reports. The document also includes extensive FAR and DFARS clauses related to contract terms, compliance, and unique item identification.
Attachment 1 - SOW - Boiler Replacement - B575 JBSA RAN_26 Aug 25.pdf
PDF185 KBSep 1, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for replacing the gas-fired boiler system in Building 575 at Joint Base San Antonio – Randolph, Texas. The project involves removing and disposing of the existing 2000-era boiler and its components, then furnishing and installing a new, energy-efficient, and code-compliant system. The contractor is responsible for all supervision, labor, materials, and equipment. The scope includes pre-installation assessments, modifications to mechanical, electrical, and structural systems, and the installation of new pumps, auxiliary components, and piping. The contractor must ensure proper integration with the existing Direct Digital Control (DDC) system, perform startup and testing, and provide a one-year warranty on all materials and workmanship. All work must comply with federal, state, and local regulations, and be coordinated with the 502d Civil Engineering Squadron, with specific hours of operation and security requirements.
Attachment 3 - B575-RAN_Record Drawings _2015.pdf
PDF30565 KBSep 1, 2025
AI Summary
The document outlines the construction and renovation project for HVAC systems at Building 575 of Joint Base San Antonio, with an emphasis on demolition, new installations, and necessary modifications. It includes revised electrical and mechanical designs, schedules for equipment, and specifications for various components, ensuring compliance with safety and engineering standards. Record drawings reflect contractor changes made during construction, and coordination is emphasized throughout various engineering disciplines involved in the project.
Attachment 4 - Record drawing - 1953 Bldg. 575.pdf
PDF5905 KBSep 1, 2025
AI Summary
The document appears to be a complex set of schematics and technical specifications for HVAC and other mechanical systems in a facility, including pump capacities, heating coil specifications, and air conditioning unit details. It outlines the equipment capacities, motor power requirements, and operational characteristics needed for effective building climate control. The document is stamped with dates and vendor information relevant to the installation and maintenance of the systems.
Attachment 5 - FA301625Q0218 - Questions and Answers.pdf
PDF53 KBSep 1, 2025
AI Summary
The document addresses questions regarding the "Replace Heating Boiler – JBSA Randolph – FA301625Q0218" project. Key clarifications include that the boiler room is in the basement, requiring temporary heating from the contractor. While new venting is already in place and goes through the roof, the contractor is responsible for lock-out/tag-out procedures for electrical, gas, and piping systems. Insulation specifications for heating hot water piping are 1.5-inch thick fiberglass with a PVC cover (or metal jacketing for exterior piping), and backflow preventer piping requires fiberglass insulation with metal jacketing. The existing DDC system is Johnson Controls. The project is not subject to the Buy American Act, and no hazardous materials are present on the mechanical piping or hangers. The bid date and time remain unchanged, and relevant addenda are included in the RFQ. Construction cost estimates and planholder lists are not provided.
Attachment 6 - Extra Equipment Information.pdf
PDF69 KBSep 1, 2025
AI Summary
This document outlines specific equipment data and requirements for a project, likely part of a government RFP. It details pump specifications including GPM (40), Head (35), Voltage (208), and Motor HP (1HP). A key requirement is for the contractor to determine the appropriate size of an expansion tank, as none currently exists. Parameters provided for this determination include an operating pressure of over 60 psi and a maximum operating temperature of 180 degrees Fahrenheit. Information regarding system volume, glycol type and percentage, and minimum fill temperature is noted as not applicable (n/a). The air separator configuration is specified as inline and designed for air only, with an existing line size of 4 inches. This information is crucial for contractors to accurately bid and plan for the required mechanical system installations or upgrades.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 15, 2025
amendedAmendment #1· Description UpdatedAug 27, 2025
amendedAmendment #2· Description UpdatedAug 28, 2025
amendedLatest Amendment· Description UpdatedSep 1, 2025
deadlineResponse DeadlineSep 4, 2025
expiryArchive DateSep 19, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3016 502 CONS CL

Point of Contact

Name
SrA Jamie Cutright

Place of Performance

DWG, Texas, UNITED STATES

Official Sources