Power and HVAC Support for Fort Hunter Liggett, CA
ID: W911SA25QA101Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide power and HVAC support for training exercises at Fort Hunter Liggett, California. The procurement involves a firm fixed-price contract for the provision of personnel, equipment, materials, and supplies necessary to meet the power generation and HVAC needs for 28 buildings across three training areas, with a focus on compliance with safety regulations and quality control. This contract is crucial for ensuring operational readiness during military training exercises, emphasizing the importance of reliable environmental control systems. Interested parties, particularly small businesses, must submit their offers by April 16, 2025, with a total award amount of USD 40 million and a performance period from May 28 to June 17, 2025. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 5:09 PM UTC
This document is an amendment to a federal solicitation regarding HVAC services, initiated by the U.S. Army at Fort McCoy, Wisconsin. The amendment extends the offer submission deadline and includes instructions for acknowledging receipt of the amendment. It emphasizes the importance of timely acknowledgment to avoid the rejection of offers. The document shows a commitment to applicant queries, providing specific answers related to the square footage of buildings requiring HVAC services, noted as not exceeding 1,000 square feet. It indicates a collaborative approach for vendors by addressing their questions, reflecting the federal government’s transparency in the contracting process. The solicitation details have been maintained, ensuring that all unchanged terms remain effective. The purpose of this amendment is to clarify conditions for bidders and enhance the communication process in the procurement of needed services.
Apr 9, 2025, 5:09 PM UTC
The 84th Training Command is seeking to contract Remote Power, Heating, Ventilation, and Air Conditioning (HVAC) Support for their summer Combat Support Training Exercise (CSTX) from May 28 to June 17, 2025, at Fort Hunter Liggett, CA. This firm fixed-price contract requires the contractor to provide all necessary personnel, equipment, materials, and supplies to meet the power generation and HVAC needs for 28 buildings across three training areas. Key responsibilities include timely delivery and setup of equipment, maintenance of quality control, and compliance with safety regulations. The contractor must ensure personnel undergo Anti-Terrorism awareness, Operations Security, and other required training, while utilizing the Wide Area Workflow for invoicing and tracking labor hours through the System for Award Management. The document emphasizes the contractor's accountability to maintain quality and resolve any service nonconformance promptly, outlining procedures for corrective actions when necessary. Overall, this PWS serves as a detailed guideline for contractors, aiming to support military readiness through robust environmental control during training exercises.
Apr 9, 2025, 5:09 PM UTC
The document outlines the requirements for an Antiterrorism/Operations Security Review Coversheet, which is mandatory for submitting requirements packages in the Army, excluding certain supply contracts. It details the essential reviews by the organizational Antiterrorism Officer (ATO) and Operations Security (OPSEC) Officer prior to submission. Key contract provisions include mandatory training for contractor personnel, access policies, and security protocols when performing duties in Army-controlled areas or overseas. The standard contract language addresses various training requirements, including Antiterrorism Level I and OPSEC training, ensuring compliance with Army Regulations and security measures, particularly for contracts involving classified information or operations in foreign countries. The review signatures from certified officers affirm adherence to relevant policies and regulations, reinforcing the importance of security in government contracting activities. This document emphasizes the Army's commitment to maintaining security and risk management standards through stringent oversight of contractor activities.
Apr 9, 2025, 5:09 PM UTC
This document outlines the performance requirements for a contractor tasked with providing power, heating, ventilation, and air conditioning services for various mobile and hard stand buildings at Fort Hunter Liggett. The contractor must ensure sufficient energy generation, HVAC systems, and lighting for 24 buildings across three separate areas by set deadlines of May and June 2025. Key responsibilities include resolving mechanical repairs swiftly, supplying backup generators, and using diesel-powered equipment, with the first and last fuel tanks provided by the contractor. Each performance area has a 100% threshold for acceptable quality, and contractors are incentivized with full payment for positive ratings, while disincentives such as corrective action requests and potential reduced payments apply for underperformance. This document serves as part of a federal RFP aimed at securing reliable and compliant service providers for critical infrastructure needs within government facilities.
Apr 9, 2025, 5:09 PM UTC
The document presents a Deliverables Schedule outlining the required actions and timelines for various contract deliverables under the Performance Work Statement (PWS). Key personnel information must be submitted digitally at least five days before the contract's start date and updated promptly upon personnel changes. This includes an ID badge list, training certificates (AT Level I, iWatch, Operations Security Awareness), and invoice submissions. Invoices should be entered in the Wide Area Workflow (WAWF) system and emailed to the Contracting Officer's Representative (COR) at the end of each month following service. The document underscores the systematic approach to tracking personnel qualifications and ensuring compliance with required training, reflecting the structured nature of government contracts in maintaining operational standards and accountability. Overall, the schedule emphasizes timely and organized reporting to facilitate effective contract management and oversight.
Apr 9, 2025, 5:09 PM UTC
The document outlines a Wage Determination Log for Fort Hunter Liggett in Monterey County, California, with the identification number 2015-5633. It provides a reference link (https://sam.gov/wage-determinations) for users to access the full wage determination details by entering the provided wage determination number. The log references a Facility ID number and indicates a revision date of December 22, 2024, without further elaboration on the specific wage rates or employment categories affected. This document plays a pivotal role in federal and local contracting processes, ensuring compliance with wage standards set forth for various public service contracts. Such wage determinations are critical for maintaining fair labor practices and transparency in government-funded projects, aligning with federal grant regulations and state/local RFP requirements.
Apr 9, 2025, 5:09 PM UTC
The Training Location Map outlines the designated sites for training under various federal and state initiatives. Its purpose is to provide a clear visual representation of available training venues, crucial for planning and coordinating training programs in alignment with government RFPs and grants. The map categorizes locations by their suitability for different types of training, ensuring stakeholders can easily identify appropriate venues based on specific requirements. Additionally, it emphasizes adherence to safety regulations and accessibility standards, reflecting governmental commitment to inclusive training opportunities. This document serves as a practical tool for organizations applying for government funding or responding to local or federal RFPs, facilitating informed decision-making regarding training logistics. Overall, the Training Location Map is an essential resource aimed at promoting effective training implementation across various jurisdictions.
Apr 9, 2025, 5:09 PM UTC
The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to provide commercial products and services related to power generation, heating, ventilation, and air conditioning (HVAC) at Fort Hunter Liggett, California. The solicitation number is W911SA25QA101, with a total award amount of USD 40 million and a delivery period spanning from May 28 to June 17, 2025. Interested contractors must submit their offers by April 16, 2025, with all required documentation, including a completed SF 1449 form and pricing details. The solicitation emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses and mandates reporting requirements for contractors, particularly concerning subcontractor performance and service contract reporting. It further delineates the qualifications for participation, specifically targeting economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses. The document underscores the importance of adherence to federal regulations, quality performance evaluations, and the contractor's obligation to meet safety and insurance standards. This solicitation illustrates the government's commitment to fostering opportunities for small businesses while ensuring compliance with legal and regulatory frameworks in government contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
HVAC SHORT TERM RENTAL SUPPORT FOR CST TENTS AT FT KNOX, KY.
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the rental and maintenance of HVAC systems for military tent structures at Fort Knox, Kentucky. The contractor will be responsible for providing separate self-supported HVAC units for twelve Navi-Trac tents and thirty-one Sprung structures, ensuring a consistent internal temperature of 68 degrees Fahrenheit during specified operational periods. This procurement is crucial for maintaining operational capabilities in support of personnel logistics, particularly in deployment or emergency situations. The estimated total award amount for this contract is $40 million, and interested parties can contact Brittney Harraway at brittney.k.harraway.civ@army.mil or Samuel M. Henderson at Samuel.M.Henderson1.civ@army.mil for further details.
Grey Water Support for Fort Hunter Liggett, CA
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking a contractor to provide gray water support services at Fort Hunter Liggett, California, during the 2025 Combat Support Training Exercise. The contractor will be responsible for collecting, storing, removing, and disposing of up to 940,000 gallons of gray water daily, utilizing specified hard plastic containers and ensuring compliance with environmental and safety regulations. This procurement is particularly significant as it aims to enhance operational efficiency during military training while promoting opportunities for small businesses, especially those owned by women. Interested vendors should contact Breanna Huff at breanna.d.huff.civ@army.mil, with the contract period running from May 27 to June 17, 2025, and all proposals due by the specified deadlines.
Ft Drum Bldg NY112 HVAC Repairs
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking qualified contractors to perform HVAC repairs at Fort Drum Training Building NY112 in New York. The project involves the removal and replacement of three PTAC units, two outdoor condensing units, and indoor DX coils, as outlined in the Specification of Work (SOW). This procurement is crucial for maintaining the operational efficiency and comfort of the facility, ensuring that it meets the necessary standards for training activities. Interested small businesses are encouraged to reach out to Emily Schlee at emily.schlee.civ@army.mil or call 609-562-3774 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
Repair/Replace HVAC Systems
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory in Rome, New York, is seeking bids for the repair and replacement of HVAC systems as part of a federal contract. The project encompasses hazardous material abatement, general construction, mechanical and plumbing work, and the disassembly and reinstallation of existing furniture systems, with a focus on ensuring small business participation as it is a total small business set-aside under NAICS code 236220. This procurement is critical for maintaining operational efficiency and safety within the facility, with an estimated construction magnitude between $5 million and $10 million and a performance period of 540 calendar days post-award. Interested contractors must acknowledge all amendments and submit their bids by April 29, 2025, and can direct inquiries to Jennifer Calandra at Jennifer.Calandra@us.af.mil.
Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
Buyer not available
The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.
Propane Gas Fueled Generator
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a propane gas fueled generator set through a Combined Synopsis/Solicitation. The procurement aims to fulfill specific technical requirements outlined in the attached solicitation, with a focus on providing reliable power generation capabilities. This generator is crucial for various military operations, ensuring that essential equipment remains operational in diverse environments. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that a site visit is scheduled for April 16, 2025, at Fort Hunter Liggett, CA, with questions accepted until April 23, 2025, and proposals due by April 30, 2025. For further inquiries, contact Dustin Robertson at dustin.t.robertson4.civ@army.mil or call 502-898-1255.
SXHT 23-1030 Repair HVAC B535
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a Firm Fixed-Price Construction Contract to repair the HVAC system at Building 535, located at Patrick Space Force Base in Florida. This project, designated as SXHT 23-1030, involves significant tasks such as the removal and replacement of air handlers, installation of return ducts, and improvements in humidity control, all while adhering to Florida Building Codes and specific Army Air Force regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $1 million and $5 million, contingent upon the availability of appropriated funds. Interested contractors must submit their bids by April 23, 2025, with a mandatory site visit scheduled for March 31, 2025, and can direct inquiries to Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
Solid Waste Management Services for Fort Hunter Liggett, CA
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for Solid Waste Management Services at Fort Hunter Liggett, California. The procurement includes a base period of performance from May 1, 2025, to April 30, 2026, with four optional years and a six-month extension option, aimed at ensuring effective waste management in the facility. This service is crucial for maintaining environmental standards and operational efficiency at the military installation. Interested small businesses must submit their electronic quotes through the Procurement Integrated Enterprise Environment (PIEE) by following the provided solicitation link and instructions, with all submissions due by the specified deadline.
HVAC Duct Cleaning - Building 11A - Wright Patterson AFB
Buyer not available
The Department of Defense is soliciting proposals for HVAC duct cleaning services at Building 11A, Wright-Patterson Air Force Base, Ohio. The primary objective of this contract is to enhance indoor air quality and improve HVAC system efficiency by cleaning the Air Handling Unit (AHU) 1 and its associated ductwork, utilizing methods such as steam cleaning and negative pressure duct scrubbing. This project is crucial for maintaining operational efficiency and compliance with health and safety standards in federal facilities. Interested small businesses must submit their proposals by April 17, 2025, with a total budget of $9 million allocated for this effort. For further inquiries, potential contractors can contact Matthew Shofner at matthew.shofner.1@us.af.mil or Claire Hess at claire.hess@us.af.mil.
Trane & York Chillers Maintenance & Repair- Tobyhanna Army Depot
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking small businesses to provide maintenance and repair services for two Trane and one York air-cooled chillers, along with a Larkin Free Cooler, at the Tobyhanna Army Depot in Pennsylvania. The contract, identified as W51AA1-25-R-0015, is structured as a hybrid agreement that includes both firm-fixed-price and time-and-materials pricing for scheduled inspections and unscheduled repairs, emphasizing the importance of compliance with federal labor standards and quality assurance protocols. This procurement is critical for maintaining operational efficiency at the depot, ensuring that essential cooling systems are functional and reliable. Interested contractors must submit their proposals by April 17, 2025, following a mandatory site visit on March 25, 2025, and can direct inquiries to Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.