HVAC Install Bldg. 402 Space Systems Command
ID: FA9401-25-R-1002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

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

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of HVAC systems in Building 402 at Holloman Air Force Base, New Mexico. The project entails the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, to enhance air conditioning capabilities in three designated office rooms. This initiative is crucial for maintaining a comfortable working environment, particularly during the summer months when existing cooling systems are inadequate. Interested contractors should note that the project has an estimated value between $500,000 and $1,000,000, and proposals must be submitted in sealed envelopes. For further inquiries, contact Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, with a focus on adhering to the submission deadlines outlined in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 5:05 PM UTC
The document is a Sources Sought Notice from the Air Force regarding a planned acquisition for HVAC installation at Kirtland Air Force Base, NM. The objective is to identify potential contractors capable of providing the necessary services, as outlined in the Draft Statement of Objectives. This notice does not constitute a solicitation or contract award, and no information will be compensated. The Air Force anticipates a competitive acquisition leading to a Firm-Fixed-Price contract under the NAICS code 238220 with a size standard of $19 million. Interested businesses are encouraged to respond electronically with essential company details and indicate their size classification within specified small business categories. Responses should include a statement of capabilities detailing experience with similar construction projects, limited to five pages, and must be submitted by March 19, 2025, to designated Air Force personnel. The intent of this notice is to gauge market capabilities and may lead to a small business set-aside based on the responses received, reinforcing the government's emphasis on involving small businesses in federal contracts.
Apr 24, 2025, 8:08 PM UTC
The document details the asbestos inspection and analysis performed on Building 402 by the Department of the Air Force on March 29 and April 12, 1995. A survey confirmed the building’s structure, which includes a computer room with a raised floor, was mostly free of asbestos-containing materials (ACBM). Negative results were found in earlier samples of the building, with only outside paint texture testing positive for low percentages of chrysotile asbestos. The report indicates minimal risk of asbestos exposure due to the location of these positive samples. Multiple laboratory results from various analytical readings confirmed that most samples collected showed no detectable asbestos levels, with a few exceptions of low asbestos presence. The inspection also noted that the building was well-maintained, suggesting that any further evaluations or construction work will require caution to prevent fiber disturbance. The findings are significant in ensuring compliance with regulatory standards and prioritizing worker safety during future maintenance or renovations. Overall, the comprehensive assessments reflect the Air Force's commitment to maintaining safe environments in their facilities while adhering to environmental regulations.
Apr 24, 2025, 8:08 PM UTC
Apr 24, 2025, 8:08 PM UTC
Apr 24, 2025, 8:08 PM UTC
This document outlines the evaluation criteria for a Statement of Work (SOW) regarding the installation of HVAC blowers in specific rooms (104, 105, and 106). The SOW includes essential design details for the blowers, connecting piping, condensate installation, ductwork, power supply logistics, thermostat specifications, HVAC integration with a fire alarm system, and construction safeguards to protect existing property. The Gantt Chart must illustrate the project phases—Pre-construction, Construction, and Post-Construction—while detailing timelines for each phase. Additionally, the Bill of Materials should provide a comprehensive list of required materials, including descriptions, units of issue, and quantities. Failure to meet any of these SOW criteria will lead to project disqualification. Overall, this document serves as a guideline for contractors responding to government Requests for Proposals (RFPs) by specifying necessary components for HVAC installation, ensuring compliance with technical and safety standards during construction.
Apr 24, 2025, 8:08 PM UTC
The file outlines the questions and clarifications regarding the HVAC installation project for Building 402 at SSC. Key points include the requirement for dielectric penetrations for water and electrical lines, confirmation of necessary hot taps for chilled water lines containing glycol, and the lack of heating needs. Detailed plans must be developed for construction, particularly since the facility operates 24/7, necessitating coordination with operations staff for access and work scheduling. A phasing plan is deemed necessary, with the potential for after-hours work, and the performance period will commence upon issuing the Notice to Proceed after equipment delivery. A dumpster will be allowed on-site for waste management, while escorts will be necessary for contractor access to the facility. Contractors must verify existing electrical capabilities, with possible extensions to the performance period due to market lead times. Asbestos testing from 2011 is referenced for hazardous material considerations. The document emphasizes the importance of clear communication and planning to align with operational needs and compliance with safety regulations during construction activities. This structured approach is crucial for the success of the project while maintaining operational integrity for the facility's continuous functions.
The provided document appears to be a digital signature page related to a federal government procurement process, specifically focusing on an RFP (Request for Proposal) or grant submission managed by an entity identified by the initials EWR. The signatures of Eric D. Conklin indicate multiple instances of approvals or validations dated between March 16 and March 19, 2021. However, the document is notably sparse and does not contain substantive information about the RFP's content or context, such as specific project details, objectives, or funding guidelines. The primary purpose seems to be to demonstrate compliance with procedural requirements in the federal procurement process, signifying an official acknowledgment by Conklin regarding the document’s validity. The absence of detailed project information limits the analysis of its overall significance within the broader framework of government requests for proposals and grants.
Apr 24, 2025, 8:08 PM UTC
The solicitation titled "HVAC for B402, Space Systems Command" details a request for proposals to install HVAC systems in designated office spaces at Kirtland Air Force Base, New Mexico. The contractor is required to complete the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, under a firm-fixed-price arrangement. The government mandates that offers must be submitted in sealed envelopes, ensuring compliance with various clauses and specifications outlined in the request. Contractors are expected to furnish performance and payment bonds, complete the project within designated timeframes, and adhere to the Buy American Act, promoting the use of domestic construction materials. Payment terms are structured for progress payments based on approved work accomplished, requiring thorough documentation and compliance with invoicing standards. The contract outlines detailed requirements for inspection, acceptance, and contractor responsibilities, ensuring alignment with legal and regulatory standards. This solicitation reflects governmental efforts to enhance facility infrastructure while fostering compliance and promoting small businesses within the contracting process.
Apr 24, 2025, 8:08 PM UTC
The Space Systems Command (SSC) seeks to install a new HVAC cooling system for three office rooms (104, 105, and 106) in Building 402 at Kirtland Air Force Base (KAFB). The project involves providing three 4.5-Ton Trane blower coils and includes all necessary materials such as piping and ductwork. Installation will be completed within a 90-day period following the contract award. The existing central chiller that services multiple buildings is inadequate for the rising temperatures in these three rooms, particularly during the summer months. The successful contractor will create a comprehensive statement of work (SOW), Gantt Chart, and a list of materials, detailing the execution strategy for meeting performance objectives. Additionally, the contractor will be responsible for resource management and integrating activities to meet government demands. The facility is currently occupied, indicating that operational constraints and coordination will be essential throughout the project's duration. Overall, this initiative reflects SSC's commitment to providing a comfortable working environment for its staff.
Mar 20, 2025, 2:07 PM UTC
The 377th Mission Support Group Contracting Division intends to release solicitation FA9401-25-R-1002 for a project involving the installation of three blowers to enhance air conditioning in three rooms at building 402, Kirtland AFB, Albuquerque, New Mexico. Contractors will prepare essential documentation, including the Statement of Work, Gantt Chart, and Bill of Materials based on project requirements. The solicitation will be posted on April 4, 2025, with proposals due by May 4, 2025, leading to a bid opening on May 13, 2025. This project is set aside exclusively for small businesses with an estimated value between $500,000 and $1,000,000. It falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors. Interested contractors must be registered in the System for Award Management (SAM). The Government reserves the right to cancel the acquisition without obligation for reimbursement of preparation costs.
Apr 24, 2025, 8:08 PM UTC
The document appears to be a corrupted text file with disorganized and unreadable content. Consequently, it does not present a coherent topic or structured ideas typically found in government RFPs, federal grants, or state/local RFPs. There are various symbols, letters, and numbers present, rendering it impossible to extract meaningful information regarding any proposals, funding opportunities, or project outlines that would generally be included in such documents. Without clear content or context, this file does not serve its intended purpose of conveying relevant information for government-related requests for proposals or grants. Therefore, further clarification or a clean version of the document would be necessary to conduct a proper analysis or summary relevant to government operations.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Repair B2180 Chiller
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to repair the chiller system at Building 2180, Beale Air Force Base, California. The project involves removing an existing 20-ton water-cooled chiller and installing a new 20-ton air-cooled chiller, including the disposal of outdated equipment and integration with the existing Siemens Building Management System. This opportunity is crucial for maintaining operational efficiency at the base, with an estimated contract value between $100,000 and $250,000. Interested firms must submit a written notice of intent to respond, along with relevant project experience and company details, to the provided email address by the specified deadline.
HVAC Replacement Bldg. 395, March ARB
Buyer not available
The Department of Defense, specifically the Air Force Reserve, is seeking qualified contractors for the HVAC replacement project at Building 395, March Air Reserve Base in California. The project involves the design and construction of a new chilled water HVAC system, including the demolition of the existing VRF system, installation of hot water boilers, and enhancements to electrical controls, all in compliance with federal, state, and local regulations. This initiative is crucial for modernizing facility infrastructure and ensuring operational readiness, with a total performance period of 78 calendar days and an estimated construction magnitude exceeding $10 million. Interested firms must submit a Capability Statement by May 2, 2025, to both Marissa E Lopez and Elidec (Ellie) Frias via email, providing detailed company information and relevant project experience.
Construction/Replacement of HVAC System - WPAFB, OH
Buyer not available
The Department of Defense, through the Department of the Army, is seeking qualified small business contractors for the construction and replacement of the HVAC system at Wright-Patterson Air Force Base in Dayton, Ohio. The project aims to replace and consolidate existing air handling units (AHUs) while converting the facility to a variable air volume system, which includes significant upgrades to the heating, ventilation, and air conditioning infrastructure of a 49,000 square foot research building. This procurement is crucial for ensuring compliance with current fire and life safety standards and enhancing the facility's operational efficiency. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by May 8, 2025, with a detailed submission that includes company qualifications and relevant project experience, as the estimated contract value ranges between $5 million and $10 million. For inquiries, contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
“Repair HVAC Systems” Multiple Buildings, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is conducting a Sources Sought Notice to identify contractors capable of repairing HVAC systems in multiple buildings at Joint Base Lewis-McChord (JBLM), Washington. The project involves the installation of energy-efficient HVAC systems with Direct Digital Control (DDC) capabilities, specifically in Buildings 9690 and J00567, with an estimated contract value between $5 million and $10 million. This initiative is crucial for maintaining operational efficiency and comfort in military facilities, and interested firms are required to submit a five-page capabilities package by May 16, 2025, to the designated contacts, Christopher Baroldy and Brett Vegeto, at their respective email addresses. Contractors must also be registered in the System for Award Management (SAM) to be eligible for future awards.
8th AF Chiller B5345
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three Trane air conditioning chilled water units as outlined in solicitation number FA460825QC052. The requirement includes one 160-ton 200-volt unit and two 160-ton 460-volt units, each with a one-year warranty, to support operational needs at Fort Johnson, Louisiana. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and the need for qualified vendors to provide essential air conditioning equipment. Interested parties must submit their quotes by April 28, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Repair/Replace HVAC Systems
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting bids for the repair and replacement of HVAC systems at its facility in Rome, New York. This project encompasses hazardous material abatement, general construction, mechanical and plumbing work, and the disassembly and reinstallation of existing furniture systems, all under a Total Small Business Set-Aside designation. The importance of this procurement lies in enhancing the operational efficiency and safety of the facility while adhering to federal regulations and environmental standards. Interested contractors must submit their bids by May 13, 2025, and can direct inquiries to Jennifer Calandra at Jennifer.Calandra@us.af.mil, with an estimated construction magnitude between $5 million and $10 million and a performance period of 540 calendar days post-award.
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 Building 4231, Keesler Air Force Base in Biloxi, Mississippi. This project, designated as a Historically Underutilized Business (HUBZone) Small Business set-aside, has an estimated construction cost between $250,000 and $500,000, and requires contractors to provide all necessary equipment, labor, and materials to ensure operational integrity of the cooling systems. Interested bidders must attend a mandatory site visit on April 10, 2025, and submit their proposals by May 5, 2025, while noting that funding for the project is not currently available, and no awards will be made until funds are secured. For further inquiries, potential bidders can contact David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
BRAND NAME TRANE CHILLER
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure two BRAND NAME TRANE CHILLERS as outlined in their Combined Synopsis/Solicitation. The procurement requires vendors to provide the chillers along with warranty options and pricing, adhering to the specifications detailed in the Statement of Work and associated attachments. These chillers are critical for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational efficiency and comfort. Interested small businesses are encouraged to reach out to Francisco Arredondo at francisco.Arredondo.4@us.af.mil or call 850-714-4480 for further details and to submit their quotes.
Offutt AFB HVAC Control System Upgrade
Buyer not available
The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
Convert B290 & 291 to LRS Warehouse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Buildings 290 and 291 at Holloman Air Force Base in New Mexico, aimed at enhancing the operational capabilities of the 377th Logistics Readiness Squadron (LRS). The project involves a comprehensive design/build effort that includes demolishing, renovating, and constructing new facilities, with a focus on administrative and storage spaces, as well as the installation of a new overhead loading dock and updates to communication systems. This initiative is critical for modernizing military facilities to meet operational demands, with a contract value anticipated between $1 million and $5 million. Interested contractors must ensure compliance with all solicitation requirements and register in the System for Award Management (SAM) to be eligible for consideration, with the solicitation expected to be posted around May 12, 2025. For further inquiries, potential offerors can contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SrA James Trill at james.trill.1@us.af.mil.