B825 Chiller and Boiler Repair
ID: FA480325B0004Type: Sources Sought
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 seeking contractors for the B825 Chiller and Boiler Repair project at Shaw Air Force Base in South Carolina. The project involves the demolition of outdated chillers and a boiler, followed by the installation of new government-furnished equipment, with a total duration of approximately 126 calendar days. This initiative is critical for maintaining operational efficiency at the Base Defense Operations Center and requires compliance with various federal, state, and local construction standards, as well as environmental regulations. Interested contractors, particularly small businesses, should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details and to ensure adherence to the outlined requirements.

    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    The B825 Chiller and Boiler Install Project aims to replace outdated chillers and a boiler in building 825 at Shaw Air Force Base.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
    Title
    Type
    Sources Sought
    Similar Opportunities
    T1617 Tank Repair & Tank 2003 Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and inspection of Tank 1617 and Tank 2003 located at Shaw Air Force Base in South Carolina. The project involves comprehensive maintenance procedures, including cleaning, coating, and repairs to ensure compliance with environmental standards and safety regulations, as outlined in the associated documentation. This initiative is critical for maintaining the integrity and functionality of water infrastructure on the base, which is essential for operational readiness. Interested parties should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Repair Wells 3 SCADA Automation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the "Repair Wells 3 SCADA Automation" project at Shaw Air Force Base in South Carolina. The procurement aims to enhance the water distribution system by installing advanced process equipment, control systems, and SCADA technology, including the integration of chemical analyzers, flow meters, and remote monitoring capabilities. This initiative is critical for modernizing utilities, ensuring operational efficiency, and maintaining safety compliance within government facilities. Interested parties should contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Family Camp Recreational Vehicle Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Family Camp Recreational Vehicle Parking Expansion project at Shaw Air Force Base in South Carolina. The objective is to construct 14 additional RV parking spaces, including the installation of an asphalt drive, electrical systems, water and sewer connections, and other related infrastructure as outlined in the Statement of Work. This project is significant for enhancing recreational facilities for military personnel and their families, reflecting the Air Force's commitment to supporting service members. Interested small businesses must prepare for a site visit scheduled for February 7, 2025, and submit bids by April 7, 2025, with all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil or Senior Airman Felix Prose at felix.prose@us.af.mil.
    Chiller B3433
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and replacement of a 140-ton Trane Ascend Chiller at Barksdale Air Force Base in Louisiana. This procurement is set aside for small businesses under the NAICS code 333415, focusing on air-conditioning and refrigeration equipment manufacturing, and aims to ensure compliance with federal standards while fostering competition among vendors. The total estimated cost of the contract exceeds $100 million, with quotes due by February 20, 2025, at 1:30 PM CST. Interested vendors can reach out to SrA Darrell Gomba at darrell.gomba@us.af.mil or by phone at 318-456-4841 for further inquiries.
    Removal and Installation of Exterior Fabric Liner on Building
    Buyer not available
    The Department of Defense, specifically the Air Force's 20th Contracting Squadron, is seeking contractors for the removal and installation of an exterior fabric liner on a building at Shaw Air Force Base. The project entails replacing an existing 60’ x 200’ fabric liner with a new liner of the same specifications, ensuring compliance with regulatory standards for debris disposal. This procurement falls under NAICS Code 332311, which pertains to Prefabricated Metal Building and Component Manufacturing, highlighting the importance of maintaining facility integrity and functionality. Interested contractors must submit their capabilities, including business size and past performance, by February 14, 2025, and can contact SSgt James Bridges at james.bridges.6@gmail.com or Daniel Kane at daniel.kane.8@us.af.mil for further information.
    FE Warren KN-16 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the purchase of two KN-16 boilers for Buildings 336/1151 at FE Warren Air Force Base in Wyoming. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of compliance with federal regulations and the need for bidders to submit detailed pricing, product specifications, and delivery schedules. The boilers are critical for maintaining operational efficiency within the facility, and the government will manage unloading services upon delivery, while contractors must ensure their delivery personnel meet access requirements to the base. Interested parties should direct inquiries to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must acknowledge the solicitation amendment prior to the submission deadline to ensure their offers are considered.
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves from Building 1941 at Shaw Air Force Base in South Carolina. The project involves the removal of 47 Spacesaver Eclipse shelves, with a completion timeline of 30 days, and allows contractors discretion regarding disposal methods, including salvaging or donating the shelves, provided they comply with relevant regulations. This procurement is significant for maintaining operational efficiency and safety within the facility, with an estimated contract value of $34 million. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by February 19, 2025, and can contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further information.
    Repair MX Dock B578 and IMC Pavements Area F
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of Maintenance Dock B578 and the IMC Pavements Area F at Joint Base Charleston, South Carolina. This federal contract, designated for Historically Underutilized Business (HUBZone) participation, involves significant construction work estimated between $5 million and $10 million, with a project timeline commencing on September 1, 2025, and concluding by September 3, 2026, followed by a 30-day closeout period. The project is critical for maintaining operational readiness and safety at the base, requiring compliance with federal wage standards and safety regulations throughout the construction process. Interested contractors should contact Brian T. Hawk at brian.hawk@us.af.mil or Robert R. Melton at robert.melton.6@us.af.mil for further details, and must submit their proposals in accordance with the solicitation requirements by the specified deadlines.
    Amendment 0001 - Maxwell AFB Sources Sought - JUBJ 24-3073 Replace Boiler Bldg. 1143
    Buyer not available
    The Department of the Air Force is seeking sources for a project titled JUBJ 24-3073, which involves the replacement of the boiler at Building 1143, Gunter Annex, Maxwell Air Force Base, Alabama. The procurement aims to identify contractors capable of providing the necessary labor, equipment, and materials as outlined in the attached Statement of Work, with a focus on installing a high-efficiency natural gas condensing boiler and associated systems. This project is critical for upgrading infrastructure at a military installation, ensuring compliance with safety and regulatory standards throughout the process. Interested firms must be located within a 250-mile radius of Maxwell AFB, registered in SAM.gov under NAICS code 238220, and submit their responses, including company details and relevant experience, by February 14, 2025. For further inquiries, contact SrA Trevor Wilson at trevor.wilson.8@us.af.mil or 334-953-6776, or Eldrae A. Perdue at eldrae.perdue@us.af.mil or 334-953-3518.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.