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
    Description

    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide power and HVAC support for Fort Hunter Liggett, California, as part of a total small business set-aside opportunity. The procurement involves delivering and maintaining power generation and HVAC systems for 28 buildings during the summer Combat Support Training Exercise scheduled from May 28 to June 17, 2025. This contract is crucial for ensuring operational readiness and environmental control during military training exercises, emphasizing compliance with federal regulations and safety standards. Interested parties must submit their quotes by April 22, 2025, and can direct inquiries to Breanna Huff at breanna.d.huff.civ@army.mil, with a total contract value of approximately $40 million.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The document outlines amendments to a federal solicitation, specifically regarding HVAC services for various buildings. The amendment extends the bid submission deadline from April 16, 2025, to April 22, 2025, and provides responses to vendor inquiries regarding project specifics. Key details include that each building requires HVAC, anticipated unit sizes of approximately 1-ton, and clarification on power requirements, suggesting larger generators over smaller ones. Questions about the distance between buildings and circuits needed were addressed, indicating that specifics would be finalized with the winning contractor. Additionally, it emphasizes that vendors won't be able to conduct site visits or conference calls due to the tight timeline for submissions. This amendment reflects the government's effort to clarify project requirements and ensure all vendors have the information needed to submit competitive bids, underscoring the need for precise communication in public procurement processes.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    PLA Market Survey - Fort Hunter Liggett, CA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is conducting a Project Labor Agreement (PLA) Market Survey for a significant construction project at Fort Hunter Liggett, California. The project involves modernizing the potable water transmission and storage infrastructure, which includes installing a new 5.25-mile transmission line, constructing two new storage tanks, building an access road, and upgrading existing well facilities, with an estimated cost exceeding $35 million. The survey aims to gather insights from the construction community regarding the potential use of PLAs to enhance efficiency and labor stability for this large-scale project. Interested parties are encouraged to submit their comments and feedback via email to Adam M. Brooks by 2:00 PM Eastern Standard Time on December 16, 2025.
    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.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    B-121 Repair HVAC deficiencies in operations building
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is soliciting bids for the repair of HVAC deficiencies in the operations building located at NAS Lemoore, California. The project aims to address critical deficiencies in the heating, ventilation, and air conditioning systems to ensure optimal operational conditions. This procurement is vital for maintaining the functionality and comfort of the facility, which supports various military operations. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number N6247322RX004. For inquiries, potential bidders may contact Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844.
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.