Server Rooms/CRAC Units and HVAC Controls
ID: W91QF42025IFB04Type: Sources Sought
AwardedSep 9, 2025
$872K$871,984
AwardeeVAZQUEZ COMMERCIAL CONTRACTING, LLC Kansas City MO 64109 USA
Award #:W91QF425CA0011
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of server room and HVAC controls at Buildings 120 and 429 located in Fort Leavenworth, Kansas. The project involves demolishing existing computer room units and replacing them with new dual cooling units, as well as upgrading the HVAC control system at Building 429 to the current Automated Logic control system. This procurement is critical for ensuring efficient climate control and operational reliability within the facilities, requiring a general contractor with substantial experience in managing multiple construction tasks, including scheduling, cost estimating, and subcontractor coordination. Interested contractors can reach out to Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil for further details, with the project being set aside for small businesses under the SBA guidelines.

    Files
    Title
    Posted
    The document outlines the Points Schedule for the Building 429 HVAC Control System, detailing specifications for various measurement and control points related to the system's operation and alarms. It instructs that certain columns and notes are dependent on the protocol selection and should be appropriately modified, indicating which points and alarms are relevant. Key functions involve monitoring operational statuses such as fan commands, air temperatures, pressures, and flows, with specified settings and ranges for each point. The document also emphasizes the contractor's responsibility to complete the points schedule according to the provided specifications, including showing each proof and safety measure as individual entries. Additional notes clarify requirements for data from and to addresses for the monitoring and control systems, pointing out alarm conditions and thresholds for operational adjustments. Overall, this points schedule serves as a comprehensive guideline for implementing HVAC control systems in a manner that aligns with federal standards, ensuring effective temperature regulation, safety measures, and system monitoring within the designated facility.
    The document outlines a series of federal grants and local RFPs, primarily focused on the solicitation of proposals for various government-funded projects. It is structured to detail the eligibility criteria, scope of work, funding amounts, and application processes for potential contractors and grants applicants. Key areas of emphasis include environmental compliance, project timelines, and the necessity for detailed project proposals that meet specified federal regulations. The RFPs cover a wide range of sectors, including infrastructure improvements, public health initiatives, and community development programs, reflecting the diverse needs of local governments and federal agencies. Additionally, the document stresses the requirement for innovative solutions that can effectively address community challenges within the context of the proposed projects. It encourages partnerships among local entities, non-profits, and private companies to enhance the effectiveness of the initiatives. This collaborative approach aims to maximize funding impacts and ensure successful project implementation, highlighting the government's commitment to enhance public services and community welfare through strategic funding allocations.
    The document appears to consist of fragmented and potentially corrupted data that indicates a series of government requests for proposals (RFPs) and grants at the federal, state, and local levels. While the specific content is unintelligible, it hints at standard practices for project funding, including compliance with regulations, health and safety protocols, and the evaluation of proposals related to infrastructure and environmental improvements. The purpose seems to revolve around obtaining funding for various initiatives aimed at enhancing community services, infrastructure upgrades, and ensuring safety standards are met within governmental projects. This underscores the government's commitment to modernization and compliance with industry standards and regulations across different jurisdictions. The structure, while unclear due to encoding issues, likely reflects typical elements found in RFP documents, such as project descriptions, proposal guidelines, eligibility criteria, and evaluation processes.
    The document appears to be a fragmented and corrupted government file concerning federal and state/local RFPs (Requests for Proposals) as well as grant opportunities. The main topic centers on the processes and guidelines for submitting proposals related to federal funding and grants, focusing on compliance, eligibility, and evaluation criteria. Key ideas include details on the proposal submission process, deadlines, and specific requirements that potential bidders must meet to successfully apply for federal and local funds. However, due to significant data corruption, the text is not coherent, and essential details may be lost or misrepresented. The original document likely aimed to inform applicants about the types of projects eligible for funding, the criteria used for evaluation, and the importance of adhering to federal regulations in the proposal development process. This supports the broader governmental goal of promoting transparency and accountability in public funding for various projects. In its current state, the document emphasizes the need for careful attention to detail in proposals, underlining that compliance with requirements is critical for securing funding. It is essential for applicants to review and understand these guidelines thoroughly as they navigate the funding application landscape.
    The document consists of encrypted data, likely relating to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. Although specific contents are unintelligible due to encryption, the structure suggests a focus on project development initiatives that seek funding through formal channels. These RFPs typically aim to solicit proposals from various organizations, ensuring compliance with federal and local regulations while addressing specific project goals, community needs, and resource allocations. Embedded within the document may be key procedural details, eligibility criteria, and timelines relevant to applicants. As such, this file likely serves as crucial guidance for stakeholders looking to navigate the government funding landscape effectively, reinforcing transparency and accountability in public resource distribution.
    Similar Opportunities
    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.
    B-121 Repair HVAC deficiencies in operations building
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is soliciting bids for the repair of HVAC deficiencies in the operations building located at NAS Lemoore, California. The project aims to address critical deficiencies in the heating, ventilation, and air conditioning systems to ensure optimal operational conditions. This procurement is vital for maintaining the functionality and comfort of the facility, which supports various military operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247322RX004. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    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.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for the repair of the Building 290 boiler at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project involves replacing an outdated 1988 boiler with a new high-efficiency condensing boiler, including the installation of associated piping, valves, a water treatment system, and a new pump and motor. This procurement is crucial for enhancing energy efficiency and reliability while ensuring compliance with applicable codes and standards. The total budget for this project is $60,000, and it is set aside exclusively for small businesses under NAICS code 238220. Key deadlines include a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. Interested contractors should contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil for further information.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.