SXHT 23-1030 Repair HVAC B535
ID: FA252125B0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK 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
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 7:05 PM UTC
The 45 SFS Credential Request Form is designed to collect essential information for determining access control at Patrick SFB and Cape Canaveral SFS, in compliance with various security directives and regulations. It mandates the use of the Social Security Number for accurate identification and outlines that failure to provide information may lead to denial of access. The form is applicable for various categories such as government employees, contractors, visitors, and volunteers, and it requires details about the applicant including personal identification, organization sponsorship, access dates, and acknowledgment of potential toxic hazards associated with chemical exposures at the Cape Canaveral facility. Additionally, it highlights the need for adherence to installation-specific driving procedures, underscoring compliance with safety regulations while on the premises. Submissions must follow outlined guidelines, with processing times specified. The form ensures that all visitors are well-informed of risks and procedural expectations to maintain security standards and personal safety.
The document outlines the Energy Management & Control Systems (EMCS) standards for Space Launch Delta 45 (SLD45) at Patrick Space Force Base and Cape Canaveral Space Force Station. It serves as a supplementary document to the Installation Facilities Standards (IFS), superseding prior energy management guidelines. Key sections detail specifications for automation systems, supervisory control and data acquisition (SCADA), and metering standards for electricity, gas, and water. The EMCS framework ensures compliance with Air Force corporate standards, emphasizing cybersecurity, equipment compatibility, and network integration for efficient energy management. It outlines technical requirements for systems concerning real-time data acquisition, monitoring, and control of HVAC, water, and energy systems while providing guidelines for contractor obligations, such as ensuring all new installations meet quality standards and are accredited by the appropriate authorities. Critical safety and operational protocols, such as labeling, surge protection, and support for remote management, are also discussed. This document is integral for contractors seeking to align their work with federal regulations and installation requirements, highlighting the military's focus on optimizing facility energy performance while ensuring compliance with safety and regulatory protocols.
Apr 7, 2025, 7:05 PM UTC
The document is a Question and Answer form related to Request for Proposals (RFP) for the repair of HVAC systems in Building 535, designated by Project Number SXHT 23-1030. It provides a structured format for contractors to submit questions regarding the Invitation for Bids (IFB) and specific sections of the Scope of Work (SOW), technical specifications, or drawings. Each question requires the contractor to note the relevant IFB section, SOW paragraph/page, and any other specifications, allowing for organized inquiries that clarify project requirements. This mechanism is crucial for ensuring contractors fully understand the project parameters and adhere to federal standards. The emphasis is on precise documentation to facilitate effective communication and compliance throughout the bidding process for potential contractors engaged in federal projects. Overall, the document aims to enhance clarity and ensure all parties are aligned on project expectations.
Apr 7, 2025, 7:05 PM UTC
The document outlines the proposal request (RFP) for the repair of the HVAC system at Building 535, Patrick Space Force Base, as managed by Rhodes+Brito Architects with Nelson Engineering Co. It details project specifications, requirements for project execution, and safety protocols that must be adhered to during construction. Key tasks include the removal and replacement of air handlers, installation of return ducts, and humidity control improvements. The project requires compliance with Florida Building Codes, as well as specific Army Air Force regulations pertaining to environment, safety, and quality control. It necessitates the submission of various reports, including preconstruction submittals, detailed drawings, and material data for government approval. The owner and contractor will coordinate construction schedules to minimize disruption, ensuring communication and safety throughout the project’s duration. Overall, this RFP reflects the government's commitment to maintaining facility standards and operational efficiency while prioritizing compliance with safety and environmental regulations.
Apr 7, 2025, 7:05 PM UTC
The document outlines the Construction Cost Estimate Breakdown for a government project, utilizing AF Form 3052. Its main purpose is to guide contractors in providing a detailed estimate of total contract costs, including material, labor, and other direct costs. The structure includes columns for item description, unit of measure, quantity, material and labor costs, and a total line for calculating overall expenses. Each contractor is responsible for estimating quantities and providing a breakdown of costs to facilitate a thorough evaluation by the government. The form requires that any additional necessary data for review be included, emphasizing transparency in the estimating process. Clear instructions are provided for entering estimated costs and ensuring that all components, including overhead and profit, culminate in an accurate total price. The document also affirms the government's right to audit the contractor's records to verify submitted data. This systematic approach is essential for effective negotiation and compliance with federal standards in the context of government RFPs and grants.
The Security Authorization Decision document outlines the authorization to operate the Energy Management Control System (EMCS) at Patrick Space Force Base (SFB) under the United States Air Force. The system has been designated with a Moderate impact level and has received an Authorization to Operate (ATO) valid from January 23, 2023, to December 22, 2025. The document specifies the requirements for maintaining the authorization, including the necessity of a Plan of Action and Milestones (POA&Ms), to ensure compliance over the three-year period. The core hardware components for the EMCS include various HVAC controllers, predominantly manufactured by Schneider Electric, with a total quantity of 204 units collectively listed. This document is marked as controlled unclassified information, indicating its sensitive nature while permitting some level of public access. The main goal of this authorization is to ensure the system operates securely within regulatory channels, thereby supporting the mission of the USAF at Patrick SFB. Compliance with the POA&M timelines is emphasized to maintain operational integrity and security.
Mar 19, 2025, 10:06 PM UTC
The document outlines wage determinations for construction projects in Brevard County, Florida, specifically for the Cape Canaveral Air Station, Patrick Air Force Base, and Kennedy Space Center, as governed by the Davis-Bacon Act. It provides specific wage rates for various construction classifications (e.g., asbestos workers, electricians, plumbers) effective as of January 2025, and states the minimum wage must comply with either Executive Order 14026 ($17.75 per hour) or Executive Order 13658 ($13.30 per hour), depending on the contract's award date. The document emphasizes the need for contractors to submit conformance requests for any classifications not listed. It also explains the classifications’ union or non-union identifiers and the annual adjustment of wage rates. Importantly, it details the appeals process for disputes related to wage determinations, ensuring that interested parties have recourse to challenge decisions made by the Wage and Hour Division of the U.S. Department of Labor. This wage determination aligns with federal grant guidelines and regulations aimed at maintaining fair labor standards within publicly funded construction projects.
Apr 7, 2025, 7:05 PM UTC
The document outlines the General Decision Number FL20250001, effective March 21, 2025, which provides wage rate determinations for construction projects in Brevard County, Florida, specifically at Cape Canaveral Air Station, Patrick Air Force Base, and Kennedy Space Center. It details applicable wage rates across various construction classifications such as electricians, plumbers, and carpenters, along with fringe benefits, emphasizing compliance with the Davis-Bacon Act and related Executive Orders on minimum wage. The document also specifies minimum wage rates based on contract dates and outlines the conditions under which additional classifications may be added. Notably, the Executive Orders requiring minimum wages of $17.75 or $13.30 apply based on whether contracts are initiated or renewed after specified dates. Important contractor requirements include adherence to labor standards and potential appeals regarding wage determinations. Overall, this decision serves to ensure fair compensation for laborers in federal construction contracts, reinforcing governmental wage standards.
Apr 7, 2025, 7:05 PM UTC
The document outlines a project for the repair of the HVAC system in Building 535 at Patrick Space Force Station, Florida, as part of Air Force Services Activity contract FA2521-18D-0002. It includes detailed architectural and mechanical design drawings for the first and second floors, indicating the layout and installations required. The project necessitates the adherence to specific construction protocols, such as managing hazardous materials and preserving existing structures during demolition. It emphasizes compliance with local codes and environmental standards while planning for potential contamination and the presence of hazardous materials. The document serves to guide the construction phases, maintenance of safety standards, and coordination among contractors, ultimately highlighting the importance of updating HVAC systems to meet operational efficiency and safety requirements. Through meticulous planning and execution, this initiative aims to modernize the facility while ensuring environmental safety and minimizing disruptions.
Apr 7, 2025, 7:05 PM UTC
The Green Purchasing Program Certification Determination form is designed for federal procurement actions involving EPA-designated items. The form requires completion to ensure that specifications related to recovered materials and environmentally preferable products are met, particularly for the procurement titled "SXHT 23-1030 Repair HVAC, B535." It identifies various categories of EPA-designated items including construction materials, landscaping products, office supplies, and vehicular products, ensuring compliance with environmental standards. The document establishes a process for certifying whether such items meet recycling content requirements and allows for exemptions if specific conditions apply, such as performance standards or availability issues. The form must be signed by the design/specifying agent and the requiring organization's technical representative, with a follow-up step for contractors to confirm compliance upon delivery. This certification process reflects the government's commitment to environmentally responsible purchasing practices within RFPs and federal grants, promoting sustainability in federal procurement.
Apr 7, 2025, 7:05 PM UTC
The memorandum from the United States Space Force, dated May 1, 2024, addresses the requirement for the repair of HVAC in Building 535 (Project SXHT 23-1030). The key point emphasizes that the project does not necessitate the use of Class I Ozone Depleting Substances (ODS) according to Air Force policy. The document asserts that neither the contractor's work nor the items delivered as part of the service will involve these harmful substances, aligning with environmental regulations. James Erwin, the project manager, provides contact information for further inquiries, ensuring clarity and accessibility for stakeholders. This communication is a crucial component of government contracting, demonstrating commitment to environmental compliance and responsible project management.
Apr 7, 2025, 7:05 PM UTC
The Forecast of Contractor’s Hazardous Waste Generation form is essential for outlining the processes involving hazardous materials in the context of the HVAC repair project at Building 535 (Project #: SXHT 23-1030). It requires contractors to disclose specific details about hazardous materials, their associated processes, and the waste expected to be generated. Contractors must complete the form when removing hazardous substances such as lead or mercury or when submitting Material Safety Data Sheets (MSDS) for hazardous materials use. Each contractor must provide their name, contact details, descriptions of hazardous materials, the processes employing these materials, as well as anticipated waste and quantities. This form serves as a regulatory measure to ensure proper identification, management, and disposal of hazardous waste, thus safeguarding health and compliance with environmental regulations during multi-contractor projects. Ultimately, the document underscores the federal initiative to maintain safety standards in construction and renovation projects involving hazardous substances.
This document outlines the requirements for the calculation of self-performed and subcontracted work for the contract FA2521-25-B-0003, specifically for the repair of HVAC in Building 535. According to FAR 52.219-14, which addresses Limitations on Subcontracting, prime contractors must ensure that no more than 75% of the contract amount received from the government (excluding materials costs) is paid to non-similarly situated subcontractors. This includes the calculation of both the total contract value and material costs, necessitating a detailed breakdown. The contractor is required to input financial figures related to the contract, including the total value of work from non-SDVOSB entities. As a crucial compliance step, contractors must certify the accuracy of their calculations prior to proposal submission. This document serves as a guideline for contractors to adhere to regulatory requirements, ensuring equitable subcontracting practices while supporting small business participation in government contracts.
Feb 27, 2025, 4:08 PM UTC
The pre-solicitation notice outlines an upcoming Invitation for Bid (IFB) for the project FA2521-25-B0003, focused on repairing HVAC systems at Patrick Space Force Base, Florida. The project involves labor, equipment, and materials to replace air handlers, install return ducts, evaluate existing ductwork, and enhance humidity control in the facility and vault. Compliance with Florida Building Codes and Wing Facility Excellence guidelines is mandated. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses under FAR 19.805, with a project duration of 274 calendar days and a construction magnitude between $1 million and $5 million. Despite the anticipated release of the IFB on or around March 18, 2025, funding is currently unavailable, and no contracts will be awarded until funds are secured. Interested bidders must register in the System for Award Management (SAM) to be eligible. Questions regarding the solicitation should be directed to the designated points of contact. The government reserves the right to cancel the solicitation at any time without reimbursement obligations to bidders, highlighting the inherent uncertainties in federal contracting processes.
Apr 7, 2025, 7:05 PM UTC
The federal solicitation FA252125B0003 is for a Firm Fixed-Price Construction Contract focused on HVAC repair at Patrick Space Force Base, Florida. The project, titled HVAC Repair B535, is estimated to cost between $1 million and $5 million. Due to current funding limitations, the government's obligation is contingent upon the availability of appropriated funds. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with ineligible bidders deemed non-responsive. Bids are due by April 18, 2025, with a mandatory performance period of 270 calendar days from the Notice to Proceed (NTP). Contractors must ensure compliance with Florida Building Codes and adhere to federal regulations outlined in various FAR clauses incorporated by reference. The contract includes requirements for performance and payment bonds, as well as guarantees for bid submissions. Inspection and acceptance criteria will be governed by the Statement of Work, while contractors must also submit weekly progress reports. This contract exemplifies the government's aim to support veteran-owned businesses and maintain repair standards at military installations, ensuring efficient project execution and adherence to regulatory guidelines.
Apr 7, 2025, 7:05 PM UTC
This document serves as an amendment to a solicitation, detailing procedures for acknowledging receipt and modifications for a government contract. The amendment extends the deadline for offers and outlines methods for acknowledgment, including completing specific items or communication methods. It updates the Wage Determination and revises provisions in FAR to comply with the recent revocation of an Executive Order on Sustainability. Key updates include modifications to contract clauses that emphasize sustainable practices, like waste reduction and the requirement for contractors to provide sustainable products and services. The document incorporates several FAR clauses related to compliance, employee rights, and procurement regulations. It additionally includes sections on representations and certifications relevant to small business standards and compliance with various laws and regulations. This amendment reflects the government’s commitment to environmental and operational standards in contracting, ensuring that contractors adhere to sustainable practices within federally funded projects, thereby supporting federal regulations and promoting responsible procurement.
Apr 7, 2025, 7:05 PM UTC
This document is an amendment to the solicitation for a Firm Fixed-Price Construction Contract for the Repair HVAC B535 project at Space Launch Delta 45, Patrick Space Force Base, FL. The main purpose of the amendment is to extend the bid submission deadline from April 18, 2025, to April 23, 2025, at 11:00 AM Eastern Standard Time, with the bid opening occurring shortly after at 12:00 PM on the same day. Key points include the affirmation that funding is not currently available, and the government's obligations hinge on future appropriations, with no reimbursement for costs incurred should the invitation for bids be canceled. This project falls under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside program, emphasizing that non-compliant bidders will be deemed ineligible. Bid submissions are required to be digital, with specific formatting and content requirements outlined. Points of contact for submitting inquiries and bids are provided, along with detailed instructions regarding the site visit and bid opening procedures. The document structure outlines amendment details, before moving into instructions for submission and logistics related to the solicitation.
Apr 7, 2025, 7:05 PM UTC
The document outlines the specifications and requirements for the SXHT 23-1030 HVAC Repair project. It details key elements such as the necessity for two individuals to fulfill the roles of Superintendent, QC Manager, and SSHO on-site at all times. Standard working hours are set from 7:30 AM to 4:00 PM, with any work outside these hours requiring advance notice and approval. The Contractor will have access to a lay down area and temporary power for construction trailers. Sales tax exemption does not apply, and the work will be phased, allowing access to one floor at a time. The Government will not remove or require the Contractor to remove existing furniture, which the Contractor must protect during operations. Clarifications are provided regarding access points to various mechanical rooms, dimensions, and specifications for air handling units. Notably, fans with electronically commutated motors are acceptable. Throughout the project, the expectation for temporary air during construction is negated. This document serves as a guide for contractors bidding on the HVAC project, ensuring they understand the requirements and scope of work expected to be completed.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of a chiller, air handling units (AHUs), and fan coil units at Patrick Space Force Base in Florida. The project involves providing all necessary labor, equipment, and materials to replace a 60-ton TRANE R-22 chiller with a TRANE R-410A chiller, along with the installation of new cooling towers, pumps, and electrical panels, while ensuring compliance with Florida Building Codes and environmental regulations. This procurement is particularly significant as it aims to modernize HVAC systems at the base, enhancing operational efficiency and safety. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 10, 2025, with a public bid opening on the same date; for further inquiries, they can contact Abigail Lynagh at abigail.lynagh@spaceforce.mil or Jennifer Marrs at jennifer.marrs.3@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 soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
FA252125QB058 Replace Dock Leveler
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of hydraulic and manual dock levelers at Patrick Air Force Base in Florida. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to install one hydraulic dock leveler with a 20,000-pound capacity and one manual dock leveler with a 25,000-pound capacity, adhering to specified safety and engineering standards. This procurement is crucial for maintaining efficient logistics operations at the base, ensuring compliance with safety regulations, and enhancing operational capabilities. Interested small businesses must submit their bids by April 10, 2025, and can direct inquiries to Heather Hanks at heather.hanks.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.
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.
HVAC System
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking quotes for a high-velocity HVAC system under solicitation number FA9101-25-Q-B038, specifically targeting small businesses. The procurement aims to provide a portable HVAC system essential for maintaining operational temperature ranges during rocket sled testing at Holloman Air Force Base, New Mexico, ensuring compliance with military standards for performance in challenging environments. The contract, valued at $19 million, requires delivery within 60 days post-award, with quotes due by April 16, 2025, at 10:00 a.m. MST. Interested vendors should contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further details.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Keesler Air Force Base in Biloxi, Mississippi. The project requires contractors to provide all necessary equipment, labor, and materials, with a budget estimated between $250,000 and $500,000, and is set aside for Historically Underutilized Businesses (HUBZone) to promote small business participation. This procurement is critical for maintaining operational efficiency and compliance with safety standards in cooling systems, ensuring the facility's infrastructure remains functional and reliable. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 10, 2025, and should direct inquiries to David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
Alter Controlled Space, Building 90033
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the alteration of controlled space in Building 90033 at Hurlburt Field, Florida. The project aims to convert an existing workshop into a Sensitive Compartmented Information Facility (SCIF), which will involve extensive construction services including HVAC installation, fire suppression systems, power distribution, lighting configurations, and the implementation of an Intrusion Detection System (IDS) and Access Control System (ACS). This contract, set aside for small businesses, has an estimated value between $1,000,000 and $5,000,000, and interested contractors must register in the System for Award Management (SAM) and have a current NIST SP 800-171 Assessment to be eligible for award. Proposals must be submitted in accordance with the specified guidelines, and for further inquiries, interested parties can contact Makail Betsill at makail.betsill@us.af.mil or Jaysen Cortez at jaysen.cortez.1@us.af.mil.
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, through the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement is crucial for maintaining the safety and functionality of military infrastructure, emphasizing the importance of specialized repairs in federal operations. Interested small businesses must submit their proposals, including a price quote and technical documentation, by April 15, 2025, at 12:00 PM MT, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further information.
HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
Buyer not available
The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base in Ohio. The primary objective of this contract is to enhance indoor air quality and HVAC efficiency by cleaning the Air Handling Unit (AHU) and associated ductwork, adhering to established codes and standards. This project is crucial for maintaining operational efficiency and compliance within federal facilities, with a total budget of $9 million and a performance period of 90 days post-award. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Contracting Officer Claire Hess at claire.hess@us.af.mil or Contract Specialist Matthew Shofner at matthew.shofner.1@us.af.mil.