SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
ID: FA252125B0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm-Fixed-Price Construction Contract to replace the chiller, air handling units (AHUs), and fan coil units at Building B3659, Patrick Space Force Base, Florida. The project entails comprehensive work, including the demolition of existing equipment, installation of new HVAC systems, and adherence to environmental safety protocols, particularly concerning hazardous materials. This modernization effort is crucial for enhancing operational efficiency and safety at the base, with a contract value estimated between $500,000 and $1 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 10, 2025, and can direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.

    Files
    Title
    Posted
    The document outlines a federal project, "SXHT 21-1005," involving the replacement of a 60-ton TRANE R-22 chiller, air handling units, and fan coil units at Patrick Space Force Base, Florida. Key components of the project include demolishing existing facilities, installing new equipment, and ensuring compliance with safety and environmental regulations. It details the scope of work, specifications, general requirements, and quality control measures. Contractors must submit detailed plans and schedules for government approval while adhering to operational constraints to minimize disruptions. The document emphasizes thorough coordination with the government regarding logistics and safety, providing procedures for utility outages and site access. The project's objective is to modernize and replace outdated mechanical systems, thereby enhancing operational efficiency and safety at the base. Strict guidelines for communication, environmental controls, and waste management underline the commitment to regulatory compliance and safe work practices throughout the construction process.
    This memorandum from the United States Space Force addresses the requirement for the Project SXHT 21-1005, concerning the replacement of chillers, air handling units, and fan coil units at Building 3659. The memo, issued by Brad Kroetch, the Section Chief, confirms that the project does not necessitate the use of Class I Ozone Depleting Substances (ODS) as per Air Force policy, either directly or indirectly, in the execution of the contract. It encourages any inquiries regarding this statement to be directed to the author via phone or email. This document is essential for ensuring compliance with environmental regulations during governmental contracting processes and outlines the assurance that environmentally harmful substances will not be involved in the project’s implementation, highlighting the commitment to sustainable practices.
    The document outlines the replacement project for the chiller, air handling units (AHUs), and fan coil units at Building B3659 within the Patrick Space Force Base, Florida. It consists of comprehensive design drawings and specifications related to mechanical, electrical, and hazardous material handling requirements. The main objectives are to demolish existing equipment, ensure environmental compliance, and install new HVAC systems while addressing potential hazardous materials like asbestos and heavy metals. Key elements include detailed demolition and installation plans for equipment, environmental safety protocols for potential hazardous materials, and specified construction practices. Contractors are required to establish environmental protection and management plans, ensure compliance with federal, state, and local environmental regulations, and manage hazardous waste accordingly. The document emphasizes the importance of following strict codes and regulations during all construction activities, highlighting the necessity for collaboration with the contracting officer. This project reflects a commitment to modernizing facility operations at the Space Force Base while ensuring safety and regulatory adherence throughout the construction process, aligning with federal and state contracting standards.
    The "Forecast of Contractor’s Hazardous Waste Generation" form is designed to help installations identify processes involving hazardous materials and regulate the associated waste management. Required for contractors removing or disposing of hazardous-containing items, this form mandates a detailed report, including project specifics, contractor information, hazardous materials utilized, processes involved, and anticipated waste generation. Each contractor must clearly outline their methods of application and expected waste type, ensuring compliance and safety. The accurate completion of this form is critical for multi-contractor projects, as it facilitates effective waste management and adheres to safety standards governed by federal regulations. Overall, this document emphasizes accountability and regulatory compliance in the management of hazardous waste generated during construction and maintenance activities.
    The document outlines the calculation requirements for a federal government contract (FA2521-25-B-0002) for replacing chiller air handling units and fan coil units. It details regulations from FAR 52.219-14 concerning Limitations on Subcontracting, stating that the prime contractor, classified under specific NAICS codes, must perform at least 25% of the contract work themselves. The calculation framework involves five key steps: determining the Total Contract Value (TCV) for the prime contractor and similarly situated entities, deducting material costs, and assessing subcontracted amounts. The contractor must ensure that the total value paid to subcontractors who are not similarly situated entities does not exceed 75% of the contract's labor costs. Additional sections require a signature from an authorized representative certifying the accuracy of the submitted calculations. This document emphasizes compliance with federal procurement regulations while promoting fair contracting practices for service-disabled veteran-owned small businesses (SDVOSB).
    The 45 SFS Credential Request Form is designed to gather information for determining access to SLD 45 properties, aligning with various security and identification regulations, including the Privacy Act of 1974. The form requires details such as name, date of birth, Social Security number, identification, organization, and purpose for requesting access, which can be either long-term or short-term. It emphasizes the importance of accurate information for access approvals and addresses potential toxic hazards for visitors at the Cape Canaveral Space Force Station. Furthermore, it outlines installation driving procedures, mandating compliance to ensure safety and proper conduct. Instructions for submission include options for delivery and the necessity of allowing three duty days for processing. Overall, this document reflects federal efforts to maintain security protocols while facilitating authorized access to sensitive locations.
    This document serves as a Construction Cost Estimate Breakdown, essential for contractors submitting proposals to the government. It outlines the structure for calculating a project's total cost, detailing material, labor, and other direct costs associated with a construction contract. Key components include guidelines for entering estimated material quantities, costs per unit, and hours of labor required for specific tasks. Contractors must provide clear itemization of costs, supporting data, and a concise rationale for their estimates to facilitate thorough evaluation by the contracting officer. Additional requirements include a certificate of current cost or pricing data prior to contract award. The form underscores the responsibility of the contractor in accurately determining quantity estimates and outlines the government’s role in supplying necessary information. The completion of this form is crucial for negotiations and establishing transparency in cost determinations, emphasizing accountability throughout the procurement process. Overall, this document is integral to ensuring precise and fair pricing in government contracts, highlighting the relationship between proposed estimates and actual costs incurred in construction projects.
    This document outlines the wage determination for construction projects in Brevard County, Florida, effective January 3, 2025, superseding a previous decision. It includes specific minimum wage rates for various construction trades, adhering to the Davis-Bacon Act and relevant Executive Orders, with stipulations for paid sick leave and the process for appeals on wage determinations. The document provides detailed classifications and wage rates for workers involved in building, heavy, and highway construction projects, primarily at Cape Canaveral and Kennedy Space Center.
    The memorandum from the United States Space Force outlines the rules of engagement for a site visit pertaining to a specific procurement solicitation (FA252125B0002) regarding the replacement of HVAC units at B3659. It allows prospective offerors to inspect the site where work will occur, emphasizing familiarity with the solicitation documents. Attendees must submit security clearance requests and visit the Patrick Space Force Base Visitor Center for sign-in at least 20 minutes early. The site visit is scheduled for March 24, 2025, at 10:00 AM, and all technical questions must be submitted beforehand, with the bidding closing on April 10, 2025. The contact points for any inquiries are provided, ensuring a structured approach to the procurement process and compliance with security protocols while promoting transparency in communications. This memorandum serves to facilitate an organized site visit to enhance competitive bidding for the contract.
    The document is a Question and Answer Form related to Project Number SXHT 21-1005, which involves the replacement of the Chiller AHU and Fan Coil Units B3659. It serves as a communication tool for contractors to seek clarification regarding the Request for Proposals (RFP) and the associated Scope of Work (SOW), Technical Specifications, and Drawings. The form is structured to capture specific questions about various sections of the RFP, allowing contractors to input relevant details, such as the section number and paragraph reference for their inquiries. This approach facilitates a systematic way to address contractors' concerns, ensuring all queries are recorded and responded to comprehensively. The purpose of the document aligns with the broader context of government RFPs, aiming to promote transparency, clarity, and efficient communication in the bidding process for federal grants or local projects.
    The pre-solicitation notice for Solicitation Number FA252125B0002 outlines a construction project at Patrick Space Force Base, Florida, with a budget between $500,000 and $1,000,000. The project entails replacing an existing TRANE R-22 chiller with a TRANE R-410A chiller, including upgrading related components such as cooling towers, pumps, electrical panels, and air handling units (AHUs). The contractor is expected to provide provisions for portable chilling during construction and ensure compliance with Florida Building Codes. This solicitation is set aside for Competitive Service-Disabled Veteran-Owned Small Businesses and will be released around March 7, 2025, with bids due 30 days thereafter. Potential bidders must be registered in the System for Award Management (SAM) and should be aware that funding is not currently available, meaning awards will only be made once funding is confirmed. The Government retains the right to cancel the solicitation with no obligation to cover costs incurred by bidders.
    This document outlines a solicitation for a Firm-Fixed-Price Construction Contract for the project to replace chillers, air handling units (AHUs), and fan coil units at Patrick Space Force Base, Florida. The project is designated with a magnitude of $500,000 to $1,000,000 and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by April 10, 2025, with a public bid opening occurring on the same date. The winning contractor is required to start work within a specified period after receiving a Notice to Proceed (NTP) and complete the project within 180 calendar days. Key requirements include submission of sealed bids, performance and payment bonds, and adherence to various clauses and regulations outlined in the contract. Notably, funds are not currently available, and the government's obligation is contingent upon the availability of appropriated funds. The document specifies additional requirements, including the necessity of providing bid guarantees and compliance with regulations relating to construction wage rates. The contracting process emphasizes transparency, with contacts for inquiries provided to ensure clarity about the proposal requirements.
    Lifecycle
    Similar Opportunities
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace the Fan Control Units (FCUs) and Air Handling Units (AHUs) at Building 1317, Patrick Space Force Base, Florida. The project involves the removal of existing HVAC equipment, installation of new units, and associated ductwork and piping, all while adhering to Florida Building Codes and environmental safety standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Proposals are due by April 1, 2025, at 9:00 AM EST, and interested contractors should direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    Patrick Space Force Base - Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for elevator maintenance services at Patrick Space Force Base in Florida. The procurement involves comprehensive maintenance, repair, and inspection of vertical transportation equipment (VTE), including elevators, escalators, and wheelchair lifts, ensuring their safe and efficient operation in compliance with safety codes and standards. This opportunity is part of a small business set-aside program under NAICS code 238290, with a size standard of $22 million, and interested vendors must submit their capabilities packages by March 19, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil. Registration with the System for Award Management (SAM) is required for eligibility in contract consideration.
    B348 CDC Chiller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a design-build project to replace the air handler and chiller system at the Youth Center (Building 348) located at Columbus Air Force Base in Mississippi. The project entails comprehensive upgrades to mechanical and plumbing systems, excluding the boiler and water heater, and includes the installation of a new variable air volume (VAV) system along with all associated components, ensuring integration with existing Energy Management Control Systems. This initiative is crucial for maintaining operational efficiency and enhancing facility infrastructure, with an estimated construction magnitude between $500,000 and $1,000,000. Interested small businesses must respond to the Sources Sought Announcement by March 21, 2025, at 3:00 PM CST, providing relevant details such as business size and past experience, and can contact Amn Eric C. Smith or Daniel Stilts for further information.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.
    VIRTUAL INDUSTRY DAY: Department of State, Bureau of International Narcotics and Law Enforcement, Patrick Space Force Hangar Renovations
    Buyer not available
    The Department of Defense, through the Bureau of International Narcotics and Law Enforcement, is seeking contractors for the renovation of Hangar 985 and Building 986 at Patrick Space Force Base in Florida. The project involves a comprehensive gutting and refurbishment of Hangar 985, expanding its operational space by approximately 4,000 square feet, while Building 986 will receive upgrades to enhance functionality and address health hazards such as mold. This initiative is part of a federal investment aimed at improving infrastructure to support operational capabilities, with a government contract award anticipated in March 2026. Interested parties should contact Isis Hill at isis.s.hill@usace.army.mil or Walter Love at walter.d.love@usace.army.mil for further details and to discuss project timelines and risk mitigation strategies.
    HVAC Install Bldg. 402 Space Systems Command
    Buyer not available
    The Department of Defense, through the Space Systems Command, is seeking qualified contractors for the installation of a new HVAC cooling system in Building 402 at Kirtland Air Force Base, New Mexico. The project specifically requires the installation of three 4.5-Ton Trane blower coils to enhance cooling in office rooms 104, 105, and 106, addressing inadequate cooling from the existing central chiller during peak summer temperatures. This initiative is crucial for maintaining a comfortable working environment for personnel, and the selected contractor will be responsible for developing a comprehensive statement of work, including a Gantt Chart and materials list, to ensure timely project execution within a 90-day period post-award. Interested small businesses must submit their capabilities and size classification by March 19, 2025, to Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, as this opportunity is set aside for small businesses under NAICS code 238220, with a size standard of $19 million.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    CONSOLIDATED COMMUNICATIONS FACILITY PATRICK SPACE FORCE BASE, FLORIDA AMENDMENT 0005
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the Consolidated Communications Facility at Patrick Space Force Base in Florida, under Amendment 0005. This procurement focuses on the construction of commercial and institutional buildings, specifically aimed at enhancing communication capabilities at the base. The successful contractor will be responsible for delivering a facility that meets the operational needs of the military, contributing to the overall mission readiness and efficiency. Interested parties can reach out to Rocky Harkless at rocky.a.harkless@usace.army.mil or by phone at 251-441-5456, or Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356 for further details.