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
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 7:00 PM UTC
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 aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.

Point(s) of Contact
Files
Title
Posted
Feb 10, 2025, 2:05 PM UTC
The B825 Chiller and Boiler Install Project aims to replace outdated chillers and a boiler in building 825 at Shaw Air Force Base.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.
Feb 10, 2025, 2:05 PM UTC
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.
Feb 10, 2025, 2:05 PM UTC
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
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
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.
Boiler Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide boiler maintenance services at Fairchild Air Force Base in Washington. The contractor will be responsible for comprehensive management and maintenance of hydronic and steam boilers, including preventive and corrective maintenance, operational attendance, and compliance with Air Force regulations. This service is critical for ensuring the functionality and safety of heating systems essential for base operations. Proposals are due by May 14, 2025, and interested parties should contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.
Sources Sought Announcement - FY25/26 B-21 Construction Projects - Ellsworth AFB, SD - Boilers
Buyer not available
The Department of Defense, through the US Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for boiler equipment needed for three B-21 construction projects at Ellsworth Air Force Base, South Dakota. The procurement focuses on Advanced Thermal Hydronics (ATH) KN Series Boilers, which are preferred due to their suitability for the region's windy conditions and existing technician familiarity, with estimated costs for the equipment ranging from $25,000 to $400,000 per project, totaling approximately $600,000. This initiative is part of the integrated B-21 weapons system beddown and aims to enhance operational efficiency while adhering to DoD construction standards. Interested vendors must submit their capabilities statements by April 30, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil.
Install Boilers, Building 2 and Building 3
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting bids for the installation of steam boilers in Buildings 2 and 3 at the Rome Research Site in New York. The project involves comprehensive construction tasks, including the installation of new boilers, upgrades to fire protection, plumbing, and electrical systems, with a focus on compliance with federal standards and environmental regulations. This initiative is part of the government's ongoing investment in infrastructure improvements to enhance operational efficiency at military installations. The contract, valued between $5 million and $10 million, is a total small business set-aside, with bids due by April 21, 2025. Interested contractors should direct inquiries to Tabitha Haggart at tabitha.haggart@us.af.mil or Bryant Soule at bryant.soule@us.af.mil.
AFGSC Boilers B5546
Buyer not available
The Department of Defense, through the Air Force Global Strike Command, is seeking quotes for the procurement of two AERCO Platinum BMK-2000 Boilers, as outlined in Request for Quotation (RFQ) FA460825QC049. The boilers must meet specific performance criteria, including a high-efficiency combustion control system and compliance with ASME Energy Star ratings, ensuring they operate at a minimum efficiency of 94.6%. This procurement is critical for maintaining operational efficiency and environmental compliance within the Air Force's facilities. Interested vendors must submit their quotes by May 1, 2025, at 1:30 PM CDT, and should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Chiller Repair FCI Bennettsville
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting quotes for the repair of a York 600-ton centrifugal chiller at the Federal Correctional Institution (FCI) in Bennettsville, South Carolina. The project aims to restore functionality to the chiller, which has been rendered inoperable due to damage to its condenser tubes, requiring comprehensive repairs including refrigerant recovery, tube replacement, and system testing. This procurement is crucial for maintaining operational standards within the facility, ensuring that essential cooling systems are functional. Interested vendors must submit their quotations electronically by May 1, 2025, at 4:00 PM Mountain Time, and must be registered in the System for Award Management (SAM) to participate; further inquiries can be directed to Steven Dennison at sdennison@bop.gov or by phone at 719-784-5744.