B825 Chiller and Boiler Repair
ID: FA480325B0004Type: Presolicitation
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

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 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.

    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    The B825 Chiller and Boiler Install Project aims to replace outdated chillers and a boiler in building 825 at Shaw Air Force Base.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
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    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.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    J041-- Boiler Plant Control Systems Preventative Maintenance Services B+4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. The contract requires the selected contractor to provide annual maintenance for seven boilers, including preventative maintenance, repair services, and semi-annual testing, in accordance with established safety protocols and compliance standards. This procurement is critical for ensuring the safe and efficient operation of boiler systems within the facility, which is vital for maintaining a reliable healthcare environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes by December 15, 2025, with a mandatory site visit scheduled for December 4, 2025. For further inquiries, contact LaTerrica Sewell, the Contracting Officer, at LaTerrica.Sewell@va.gov or by phone at 706-733-0188.
    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.
    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.