VLSB 26-0011 Building 825 Chiller and Boiler Repair
ID: FA480325B0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project involves replacing existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the chillers being provided as government-furnished equipment. This repair is crucial for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors should note that a site visit is scheduled for April 23, 2025, and bids are due by May 28, 2025, with an estimated project value between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or call 803-895-5382.

    Point(s) of Contact
    Files
    Title
    Posted
    The B825 Chiller and Boiler Install Project aims to replace outdated chillers and a boiler in building 825 at Shaw Air Force Base. The project involves the demolition of existing chillers and the installation of new, government-furnished equipment, which requires no design but mandates material submittals for approval. The contractor is responsible for measuring and reporting chilled water flows before and after installation, modifying concrete pads, connecting new systems to existing controls, and ensuring continuous heating or cooling for critical operations at the Base Defense Operations Center. Key tasks include installing two new chillers, a new boiler, associated pumps, gauges, and outdoor piping, as well as ensuring compliance with various federal and state construction standards. The total project duration is estimated at 126 calendar days, including material submittals, construction, and closeout. The contractor must ensure minimal disruption to base operations, adhere to environmental regulations, and provide daily reports and documentation throughout the process. A warranty against defects is also required upon project completion. This initiative reflects a commitment to upgrading facility infrastructure while maintaining operational efficiency and safety standards.
    The 20 CES Contractor Environmental Requirements document outlines essential protocols for managing hazardous materials (HAZMAT) utilized in federal contracts, especially those concerning the Shaw Air Force Base (SAFB). Contractors are required to submit Safety Data Sheets (SDS) for hazardous materials prior to starting work, ensuring that they adhere to federal and state regulations concerning health and safety. Key details include the accrual of hazardous material usage reports, tracking systems, and disposal requirements. Specific forms, like the SAFB Contractor Worksheet and the Contractor Hazardous Material Review, must accompany all SDS submissions. Contractors are responsible for managing waste, including municipal solid waste and construction debris, striving for a 50% diversion rate through recycling and proper disposal methods. They must comply with stringent environmental policies pertaining to hazardous waste, universal waste, asbestos, and lead-based paint, ensuring all materials are stored, labeled, and documented accurately. Overall, the document serves as a comprehensive guide to promote environmental compliance, safety, and proper waste management practices among contractors, essential for maintaining the ecological integrity of government projects.
    The Environmental Provisions document outlines the environmental requirements for contractors working at Shaw Air Force Base (SAFB). It includes guidelines for managing hazardous materials, stormwater pollution prevention, waste disposal, and the protection of cultural and natural resources. Contractors must submit various plans and reports, such as a Storm Water Pollution Prevention Plan for sites over 1 acre and hazardous waste documentation, to ensure compliance with federal, state, and local regulations. Key elements highlight the need for waste management strategies aimed at minimizing landfill disposal—diverting at least 60% of construction debris and reporting monthly waste statistics. Additionally, contractors are required to take precautions regarding spills and unusual materials encountered during excavation, ensuring immediate reporting and response. The document emphasizes adherence to the Hazardous Materials Management Program and provides specific requirements for using environmentally preferable products. It also discusses air emissions permitting and refrigerant recovery regulations to reduce environmental impacts. Overall, the provisions aim to promote responsible environmental stewardship while maintaining safety and compliance within all project-related activities at SAFB.
    The document serves as a guide for federal and state-local requests for proposals (RFPs) and grants, facilitating access to funding opportunities. It outlines the importance of adhering to specific application protocols to ensure compliance with federal regulations and to increase the likelihood of receiving financial support. Key components include eligibility criteria, application requirements, and deadlines, which are critical for potential applicants. It emphasizes the need for thorough project proposals that clearly demonstrate alignment with governmental priorities and objectives. The structure includes sections providing detailed instructions on how to prepare submissions, evaluation criteria used by funding agencies, and tips for successful applications. This resource is aimed at assisting organizations and entities in navigating the complex landscape of public funding, thereby promoting effective project implementation and public service enhancement.
    The document outlines environmental requirements for contractors at Shaw Air Force Base (SAFB), emphasizing compliance with federal, state, and local regulations for managing hazardous materials, waste disposal, and environmental impact reduction. Key provisions include submitting plans for stormwater pollution prevention, hazardous waste management, and recycling initiatives, with monthly usage tracking for hazardous materials and solid waste reports. Contractors must adhere to safety procedures for spills and unusual materials during excavation, reporting any findings immediately. Training requirements related to hazardous materials are specified, highlighting certification for handling HAZMAT and refrigerants. Emphasis is placed on minimizing landfill disposal and maximizing recycling and reuse, with specific guidelines for hazardous and universal wastes. Requirements extend to cultural and natural resource preservation during construction activities. Contractors are also urged to purchase environmentally preferable products where feasible. The document reflects the government's commitment to environmental protection within the context of military operations and infrastructure projects, ensuring that all activities align with sustainable practices.
    The document outlines the Design and Construction Standards for Shaw Air Force Base (AFB), South Carolina, to guide all design and construction activities within the base's jurisdiction. It serves as a comprehensive reference for architects, engineers, and contractors, emphasizing compliance with various federal, state, and local codes, including NFPAs and ICC standards. The standards address general design requirements, site work, environmental considerations, life safety codes, and specific construction specifications for civil, structural, mechanical, and electrical systems. Additionally, it outlines procedures for obtaining necessary permits, quality control measures, and compliance with environmental regulations, such as proper waste disposal and stormwater management. Antiterrorism force protection standards are also highlighted, requiring consideration of security measures in building designs. The comprehensive nature of this document ensures all construction meets safety, environmental, and operational criteria while promoting sustainable practices. This set of standards is essential for ensuring all projects at Shaw AFB align with military regulations and enhance infrastructure resilience.
    Lifecycle
    Similar Opportunities
    Glycol Line Repair and Refill - Scott AFB, IL
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the repair and refill of a glycol piping system at the Scott Inn located on Scott Air Force Base in Illinois. The primary objective is to address critical issues with the glycol system that have compromised its operation, specifically by preventing glycol from back-feeding into the potable water system and ensuring proper chiller functionality during cold weather. This project is vital for maintaining effective HVAC operations and involves tasks such as leak detection, system flushing, and testing, with a performance period of 30 days from the award date. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and utilizes the Lowest Price Technically Acceptable (LPTA) method for contract award. Interested contractors should submit their offers by November 18, 2025, and can direct inquiries to Ashley Bebout or Chrissina Dural via their provided email addresses.
    B101 Boiler replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of a boiler system in Building 101 at the 180th Fighter Wing in Swanton, Ohio. The contractor will be responsible for removing the existing boiler and installing a new system that meets specific performance criteria, including a minimum input of 285,000 BTU/hr and at least 96% thermal efficiency, along with all necessary electrical, piping, and venting components. This procurement is crucial for maintaining operational efficiency and compliance with applicable regulations, with a performance period of 60 days for the project. Interested small businesses must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, and should ensure compliance with all outlined requirements and evaluation criteria.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    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.
    DSCR B201 Variable Refrigerant Flow System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the installation of a new variable refrigerant flow (VRF) system at Building 201, the Fire Station, located in Richmond, Virginia. The project involves removing existing heat pump systems and mini-split units, and installing a new 15-ton VRF system to enhance climate control in the sleeping quarters. This procurement is crucial for maintaining operational efficiency and comfort in the facility, with a firm-fixed-price contract expected to be awarded to the lowest priced, technically acceptable offeror. Interested small businesses must submit their proposals by November 24, 2025, and are encouraged to contact Justin Jones at justin.1.jones@dla.mil for further information and to register for a mandatory site visit on November 14, 2025.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This Design/Bid/Build construction contract involves extensive renovations, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a focus on addressing issues such as asbestos and PCB removal. The project is critical for maintaining operational capabilities at the facility and is estimated to take approximately 519 calendar days from the Notice to Proceed. Interested contractors should note that funds are not currently available, and no contract will be awarded until appropriated funds are secured; bids are due by December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Heat Plant Boiler Tube Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Y1DZ--620A4-22-101 Replace Fan Coils in Building 18 at the Castle Point VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a firm-fixed-price construction contract to replace fan coil units in Building 18 at the Castle Point VA Medical Center in Wappingers Falls, NY. The project involves modernizing the HVAC system by replacing existing 2-pipe fan coil units with a new 4-pipe system, along with associated hydronic systems and electrical modifications, while ensuring compliance with VA Design Guides and safety regulations. This project is significant for improving the facility's climate control and energy efficiency, with a contract value estimated between $2,000,000 and $5,000,000, specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must submit their bids via email by November 18, 2025, at 10:00 AM EST, and can direct inquiries to Contracting Officer Daniel Barone at daniel.barone@va.gov.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense is soliciting proposals from qualified contractors for the "Repair B62528" project at Tinker Air Force Base in Oklahoma. This construction project involves various demolition and renovation tasks within Building B62528, with an estimated cost between $1,000,000 and $5,000,000, and is set aside for small businesses under NAICS code 236220. The work must comply with applicable NEC and NFPA standards, and contractors are required to attend a mandatory site visit on October 21, 2025, to be eligible to submit proposals. Proposals are due by November 28, 2025, at 2 PM, and interested parties should contact Hailie Reyes or Burl Sellers for further information.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors to replace HVAC systems in 22 buildings at Fort Stewart, Georgia, specifically within the Land Dominance Center. The project involves the removal of existing HVAC components and the installation of new 5-ton units, including condensers, air handlers, and natural gas furnaces, along with necessary electrical and structural updates. This procurement is vital for maintaining operational efficiency and ensuring the comfort and safety of personnel in the barracks and latrines. Interested small businesses are encouraged to contact Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil for further details, with a project completion timeline of 210 calendar days and specific warranty requirements for the installed systems.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    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.