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    The B825 Chiller and Boiler Install Project aims to replace outdated chillers and a boiler in building 825 at Shaw Air Force Base.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
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    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 critical for maintaining operational efficiency and compliance with applicable regulations, and it is set aside exclusively for small businesses. Interested parties must submit their quotes by 10:00 A.M. EST on December 11, 2025, to the designated contracting email, with all necessary documentation as outlined in the solicitation. For further inquiries, contact 2d Lt Adam Krouse at adam.krouse@us.af.mil or TSgt Cody Walker at cody.walker.12@us.af.mil.
    Z2DA--Replace Auxiliary Chiller
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for Project 565-24-113, which involves the replacement of an auxiliary chiller at the Fayetteville VA Medical Center in North Carolina. The project requires the removal and replacement of a 120-ton auxiliary chiller, along with the installation of necessary piping, valves, and controls, ensuring integration with the existing Building Automation System (BAS). This procurement is crucial for maintaining chilled water redundancy for Building 3, with an estimated construction magnitude between $250,000 and $500,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered and certified in the SBA Certification database to be eligible for the contract, with solicitation materials expected to be available around December 9, 2025. For further inquiries, contact Contract Specialist Michael Proctor at michael.proctor2@va.gov.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Update HVAC Building 1281
    Buyer not available
    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.
    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.
    J041-- Boiler Plant Control Systems Preventative Maintenance Services B+4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to provide annual maintenance for seven boilers, including semi-annual testing and various technical services such as server and software maintenance, boiler combustion control calibration, and safety switch testing. The contract will span a base year from May 1, 2026, to April 30, 2027, with four optional one-year extensions, and requires a two-hour response time for emergency repairs. Interested parties must submit their quotes by December 15, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025. For further inquiries, contact LaTerrica Sewell at LaTerrica.Sewell@va.gov.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.