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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of HVAC systems in Building 402 at Holloman Air Force Base in New Mexico. This procurement is part of a total small business set-aside initiative, focusing on plumbing, heating, and air-conditioning services, as outlined under NAICS code 238220. The selected contractors will play a crucial role in enhancing the facility's climate control systems, which are vital for operational efficiency and comfort. Interested parties should reach out to Julia P. Kirby at julia.kirby.1@us.af.mil or call 505-846-1146 for further details, while the solicitation process is currently in Step 2, with specific companies already selected for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    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.
    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.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for air conditioning and warm air heating equipment, specifically under PSC/FSC Codes 4120 and 4130. The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on vendors that can demonstrate positive past performance in delivering similar goods and services. These BPAs are crucial for ensuring reliable access to air conditioning and refrigeration components, which are essential for various military operations. Interested small businesses must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Air-Conditioning
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    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.