MAHG 25-1003 Repair Chiller 2
ID: FA301025R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3010 81 CONS CCKEESLER AFB, MS, 39534-2701, USA

NAICS

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

PSC

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

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction project titled "Repair Chiller 2 and Replace VFD and Cooling Tower 2, Building 4231" at Keesler Air Force Base in Biloxi, Mississippi. This project involves the repair and replacement of critical cooling systems, with an estimated budget between $250,000 and $500,000, and is set aside for Historically Underutilized Businesses (HUBZone) Small Business participation. The successful contractor will be responsible for ensuring compliance with federal regulations, including safety protocols and labor standards, while completing the work within a specified timeframe of 180 calendar days. Interested bidders must submit their proposals electronically by May 5, 2025, and are encouraged to attend a mandatory site visit scheduled for April 10, 2025. For further inquiries, potential contractors can contact David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.

    Files
    Title
    Posted
    The document outlines a comprehensive Statement of Work (SOW) for the overhaul and inspection of Chiller 2, replacement of the Variable Frequency Drive (VFD), and replacement of Cooling Tower 2 at Building 4231, Keesler Air Force Base. The contractor is responsible for supplying all necessary equipment, labor, supervision, and materials to ensure the systems are operational and integrated. Key tasks include disconnecting and disposing of existing equipment, conducting thorough inspections, and adhering to safety regulations regarding hazardous materials like refrigerant R-123. The project presents specific guidelines for jobsite maintenance, performance timing (standard work hours, delays), environmental protections (waste management and stormwater compliance), and strict adherence to all construction safety standards, including asbestos and lead-based paint procedures. Deliverables include inspections and reporting requirements, with detailed instructions for submitting material data and compliance documentation. The SOW reflects a significant governmental effort towards maintaining and upgrading operational integrity while meeting safety and environmental standards in public projects.
    The document outlines the Service Order Work (SOW) for the overhaul of Trane CenTraVac® compressors, detailing the necessary procedures to efficiently maintain and restore these critical cooling systems. Key tasks include the removal and replacement of refrigerant according to regulations, dismantling and analyzing the compressor components, refurbishing various assemblies with new parts, and performing thorough inspections on the lubrication and control systems. Following reassembly, the chiller undergoes evacuation, leak testing, and adjustment of operational parameters by certified technicians. The overhaul service includes a one-year warranty on parts and a 90-day warranty on labor for all replaced components. Any additional repairs identified during the evaluations will require separate quotes and owner approval. This service outlines the commitment to maintaining optimal performance of cooling systems in compliance with safety and manufacturer standards, reflecting the strategic management of federal and state resources under government RFPs.
    The document outlines specifications for a factory-assembled 1-cell crossflow cooling tower designed for a cooling capacity of 1500 gallons per minute (gpm). It details various technical requirements, including temperature specifications (hot water at 95°F and cold water at 85°F) and operational parameters, highlighting the necessity for high-quality, durable materials such as Type 301 stainless steel. The cooling tower's construction should adhere to strict safety and performance standards, including compliance with established industry regulations and noise level restrictions. Requirements also include extensive maintenance and access features, ensuring user safety and ease of operation. The procurement process mandates that all components have a proven service record, with a call for demonstrations and operational training for contract staff. The document's overall focus emphasizes compliance with governmental standards, ensuring a reliable and efficient cooling system that meets performance benchmarks while prioritizing safety and durability during installation and operation. This process aligns with governmental RFPs and grants aimed at reinforcing infrastructure capabilities.
    The document outlines the Schedule of Material Submittals for a project entitled "Repair Chiller 2, Replace Remote Starter, Cooling Tower 2 - B4231," under solicitation/contract number FA301025R0009. It specifies the types of materials and documentation required from the contractor, including shop drawings, warranties, and various reports related to hazardous materials and equipment inspections. For instance, documents such as the HazMat Questionnaire, warranty submissions, and inspection reports must be submitted by designated deadlines. The schedule indicates required formats (hard copy and electronic), submission timings (e.g., five or ten days before project milestones), and the necessity for comprehensive documentation to ensure compliance with engineering and safety standards. This document serves as a guideline for contractors to provide essential information that both assures quality control and meets regulatory requirements surrounding the project, positioning it within the framework of federal RFPs and grant compliance. Overall, it emphasizes the importance of thorough documentation in managing the responsibilities of the contracting process.
    The document outlines wage rates for various construction and skilled trades positions as part of a federal RFP (Request for Proposal). It specifies the pay rates, applicable to projects requiring skilled labor, effective on designated dates in 2023 and 2024. Positions listed range from Electricians and Power Equipment Operators to Laborers and Operators of various machinery, with rates varying according to job specifications. The document also notes fringe benefits associated with these roles, indicating additional compensation contributing to overall employee wages. This information is pertinent for contractors bidding on federal grants and RFPs, ensuring compliance with wage standards set by the government. The listing structure categorizes roles clearly, highlighting the importance of adhering to predefined labor rates in federal and state projects.
    This document details the submittal procedures for contractors engaged in a federal project. It outlines classified submittals, specifically those requiring prior approval from the Contracting Officer (CO) for critical materials and deviations, and those intended for information only. Approved submittals indicate satisfactory methods, but contractors remain liable for construction accuracy. The contractor must submit items as per the Submittal Register, with specified submission deadlines to avoid penalties for late submittals. Each submission should comply with the Buy American Act, requiring certification confirming material origin. The document emphasizes that CO approval does not absolve contractors of responsibility for errors or deviations and mandates that any non-compliance with contract specifications must be addressed swiftly. Overall, this guidance ensures quality control and regulatory compliance in governmental contracting, significant in the context of federal grants and RFPs.
    The document designated as FA301025R0009 outlines a federal Request for Proposal (RFP) aimed at soliciting bids for specific government contracts. It details the scope of work required, eligibility criteria for bidders, submission guidelines, and the evaluation process for proposals. Key areas of focus include the technical qualifications necessary for bidders, compliance with federal regulations, budgetary constraints, and project timelines. The RFP invites vendors to propose innovative solutions to meet the government's needs while adhering to stringent quality and performance standards. Additionally, it highlights the importance of collaboration with local agencies and stakeholders to ensure project success. This RFP reflects the government's commitment to transparency and competitiveness in awarding contracts, seeking to engage qualified participants to deliver effective solutions efficiently.
    The document pertains to a Past Performance Questionnaire for Solicitation No. FA301025R0009, issued by the 81st Contracting Squadron at Keesler AFB, MS. The focus of the solicitation is on the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2. The questionnaire is targeted at references provided by the contractor, requesting evaluation of their past performance on similar projects. Respondents are asked to rate the contractor in several key areas: quality of work, timeliness, management capabilities, and regulatory compliance, using a scale ranging from "Exceptional" to "Unsatisfactory." The completed questionnaire, which includes specific contract details and contact information, must be submitted to the Contracting Officer by May 5, 2024. The purpose of this questionnaire is to gather insights regarding the contractor's reliability and efficiency, which play a crucial role in the overall assessment of the proposal for federal contracting opportunities. The information collected will help determine the contractor's suitability for the job based on historical performance metrics.
    The document pertains to a government Request for Proposal (RFP) FA301025R0009 concerning the repair of Chiller 2, replacement of the Variable Frequency Drive (VFD), and cooling tower upgrades at facility B4231. It outlines the essential guidelines for contractors, including documentation required to assess past project performance, the contracting agency's point of contact details, and the need to disclose subcontractors or team arrangements. Additionally, contractors are prompted to detail the functional contributions of any proposed subcontractors, including their impact on contract completion percentages. The framework establishes a structure for reporting performance evaluations, ensuring compliance with contract terms. This RFP emphasizes the importance of accountability and transparency in federal projects, enhancing contractors’ qualifications for future government contracts. The outlined procedures underscore the evaluation of contractor performance history against federal standards, reflecting the government's commitment to effective project management and execution.
    The file FA301025R0009 addresses inquiries related to the repair of Chiller 2, specifically about the project's timeline and requirements. Notably, it confirms that no temporary chiller and cooling tower will be needed during reconstruction, as the existing cooling tower remains operational alongside two temporary chillers. Additionally, it clarifies that there are no contract drawings associated with this solicitation. Lastly, the deadline for bid submissions will not be extended despite the inquiries raised. This document serves to provide essential information to potential bidders for clear understanding of the project requirements and timeline, ensuring all parties are informed prior to the submission of their proposals. Overall, it emphasizes the importance of adhering to the set schedule and the lack of additional resources or extensions for the bidding process.
    The document outlines a federal solicitation (FA301025R0009) for the construction project titled "Repair Chiller 2 and Replace VFD and Cooling Tower 2, Building 4231" at Keesler Air Force Base, Mississippi. It is a sealed bid invitation aimed specifically at Historically Under-Utilized Businesses (HUBZone) Small Business set-asides, with an anticipated project cost between $250,000 and $500,000. The contractor must start the project within a specified timeframe and complete it within 180 calendar days. An organized site visit is set for April 10, 2025, with guidelines for base access. Key requirements include the submission of sealed bids, performance and payment bonds, and adherence to specific clauses regarding proposal preparation and evaluation factors for award. The document also notes that funds are not currently available, emphasizing that no award will occur until funding is secured and reserves the government's right to cancel the solicitation without cost reimbursement to bidders. Clauses for bid submission, environmental compliance, and buy American provisions are articulated throughout, indicating a focus on safety, legal compliance, and contractor accountability. This procurement process underlines the government’s commitment to supporting small businesses while ensuring adherence to regulations and quality standards in construction projects.
    The government solicitation FA301025R00090001 seeks bids for the repair of Chiller 2 and the replacement of Variable Frequency Drives (VFD) and Cooling Tower 2 at Building 4231, Keesler Air Force Base, MS. The expected cost for the project ranges between $250,000 and $500,000, and it is designated as a Historically Under-Utilized Businesses (HUBZone) Small Business set-aside. Contractors are required to begin work within a specified timeframe, provide performance and payment bonds, and adhere to strict solicitation conditions, including submitting sealed offers by the due date of May 5, 2025. A mandatory site visit is scheduled for April 10, 2025, with guidelines to ensure proper access to the base. The document stipulates that funds are not currently allocated for the project, and any awards depend on funding availability. For contractors, there are specific obligations concerning bonding, insurance, hazardous materials, and adherence to federal contract clauses, including those related to labor standards and domestic sourcing of materials. The solicitation aims to enforce compliance with various regulations while ensuring responsible contractor selection for this federally funded construction project.
    The federal government is soliciting bids for a construction project at Keesler Air Force Base, Mississippi, titled "Repair Chiller 2 and Replace VFD and Cooling Tower 2, Building 4231." The project's budget is estimated between $250,000 and $500,000, classified as a Historically Under-Utilized Business (HUBZone) Small Business set-aside. This invitation for bids specifies that contractors must begin work within a designated period and may require performance and payment bonds. An organized site visit is scheduled for April 10, 2025, and funds for the project are currently unavailable, with no awards being made until they're allocated. The solicitation includes detailed instructions on proposal preparation, evaluation factors for award, and compliance requirements under various federal regulations. Contractors must adhere to safety protocols, including the assessment of hazardous materials, environmental considerations, and labor rights notifications. The document lays out conditions for subcontracting, contractual obligations, insurance requirements, and explicit adherence to the Buy American Act for construction materials. This solicitation exemplifies the government's commitment to engaging small businesses and maintaining high standards of safety and compliance in federally funded projects.
    The document is an amendment to a solicitation for a government contract relating to the execution of a construction project. It details instructions for bidders on the acknowledgment of the amendment, proposal submission requirements, and contact details for the contracting officials. All proposals must be submitted electronically to the designated email and must remain valid for 180 days post-submission. The selection process is based on a lowest price technically acceptable model, and bidders are to provide separate price, technical, and past performance proposals. Specific instructions about the Construction Approach, Quality Control Plans, and schedules are emphasized, ensuring clarity on evaluation criteria for submissions. Moreover, it outlines the procedure for recognizing and protecting proprietary information, addresses the involvement of non-government advisors, and establishes guidelines for past performance references, including detailed information required from contractors. The objectives of this solicitation amendment are to ensure compliance with technical standards, encourage participation, and facilitate a transparent contracting process, requiring bidders to avoid unnecessary embellishments in proposals while concentrating on essential content.
    This government document serves as an amendment to a solicitation, extending the offer submission timeframe and outlining procedural updates for contractors. It emphasizes the necessity for offerors to acknowledge the amendment through various methods before the specified deadline to avoid rejection of proposals. The document details the requirements for submission, specifying the need for proposals in either hard copy or electronic format via email, and sets guidelines for file formats and sizes. The amendment clarifies that the award will be based on a lowest price technically acceptable model, requiring comprehensive technical and pricing proposals segmented into specific parts. Offerors must provide a Project Execution Plan detailing their construction approach, schedule, quality control plan, materials list, and key personnel. Additionally, past performance information is required to demonstrate the offeror's ability to meet solicitation demands, with clear instructions on how to submit relevant contract details. The document underscores the role of non-government advisors and confidentiality considerations while establishing the evaluation process for proposals. Overall, it aims to ensure fair and effective acquisition procedures within the outlined framework for compliance and performance evaluation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    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.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    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.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.