SXHT 23-1030 Repair HVAC B535
ID: FA252125B0003Type: 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 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 to humidity control, all while adhering to Florida Building Codes and specific Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated 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 inquiries directed to the primary contact, Madison Duarte, at madison.duarte.1@spaceforce.mil or 321-494-3527.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Presolicitation
    Similar Opportunities
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    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.
    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.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.