DSCR B201 Variable Refrigerant Flow System
ID: SP470326Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the installation of a new variable refrigerant flow (VRF) system at Building 201, the Fire Station, located in Richmond, Virginia. The project entails the removal of existing heat pump systems and mini-split units, followed by the installation of a new 15-ton VRF system to enhance climate control in the sleeping quarters. This procurement is critical for maintaining operational efficiency and comfort within the facility, and it is set aside exclusively for small businesses, with a firm-fixed price contract expected to be awarded based on the lowest priced, technically acceptable offer. Interested contractors must submit their quotes by December 3, 2025, and are encouraged to contact Justin Jones at justin.1.jones@dla.mil for further information and to register for a mandatory site visit scheduled for November 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines the instructions for submitting offers and the criteria for evaluation. Offers must be submitted in two volumes: Volume I – Technical Submission (limited to five pages) and Volume II – Pricing. The Technical Submission requires vendors to demonstrate an understanding of the work described in the Statement of Work (SOW) and document relevant past performance, including contract details, scope, completion dates, and customer contact information. Volume II requires a firm fixed-price quotation via a fully executed SF 1442, with optional supplemental pricing information. Evaluation criteria include Technical Acceptability, assessing the vendor's understanding of the work, quality/timeliness processes, and ability to perform the SOW. Offers are rated as
    Amendment 0001 to solicitation SP4703-26-Q-0003 for the B201 VRF SYSTEM extends the deadline for quote submissions to December 3, 2025. All other terms and conditions of the original solicitation remain unchanged. This amendment was issued by Nic Mace, Contracting Officer for DLA Contracting Services Office – Richmond 1.
    The Defense Logistics Agency (DLA) is seeking a contractor to install a new 15-ton variable refrigerant flow (VRF) system in Building 201 (Fire Station) at DLA Installation Management Richmond. The project aims to replace two insufficient heat pump systems and 13 mini-split head units to provide year-round climate control in the sleeping quarters. The contractor must have at least five years of HVAC experience and complete the project within 90 days of receiving notice to proceed. The scope includes removing old equipment, installing the new VRF system with 13 one-ton mini-split heads and three-wire thermostats, charging the system, and providing commissioning and training. The Statement of Work (SOW) outlines detailed requirements for safety, quality control, security, environmental compliance, and administrative procedures, emphasizing adherence to federal and DLA regulations. Contractors must provide extensive documentation, including safety plans, project narratives, and past performance, for evaluation.
    The document appears to be a detailed street map or layout of the Defense Supply Center Richmond area, highlighting various roads, intersections, and proximity to the CSX Railroad. It lists multiple streets and features, including Bensley Park, Dundas Rd, and Route 1, among others. The information may be relevant for transportation, logistics, and local infrastructure planning.
    The Defense Logistics Agency (DLA) is seeking a contractor to install a new 14-ton variable refrigerant flow system in Building 201, the Fire Station, at DLA Installation Management Richmond. The project involves removing two existing heat pump systems and 12 mini-split head units, then installing a new three-pipe VRF system with 12 one-ton mini-split heads and corresponding thermostats to improve climate control in the sleeping quarters. The contractor must have at least five years of HVAC experience and adhere to a 90-day completion timeline. Proposals will be evaluated based on technical acceptability, requiring a project narrative, definable features of work, a projected timeline, and at least five relevant past projects. The SOW details comprehensive requirements for safety, quality control, security, environmental compliance, and administrative procedures, including a three-phase inspection process, mandatory site visits, specific reporting protocols, and strict adherence to federal and DLA regulations. Payments are tied to project milestones, with final payment withheld until all work is accepted and closeout documents, including warranties and equipment data, are submitted.
    This government solicitation, RFP Number 122/30, issued as a Request for Proposal (RFP), seeks a contractor for construction preparation. The resulting firm-fixed-price contract will have an expected performance period of 90 days. This acquisition is set aside for small businesses. The North American Industry Classification System (NAICS) code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a small business size standard of $16.5 million. The Department of Labor Wage Determination is based on the service location in Chesterfield County, VA. Partial proposals will not be accepted. The work involves installing a new, fully functional variable refrigerant flow system to control climate in various areas of the Fire Station sleeping quarters. It also requires removing two current heat pump systems and 13 mini-split head units from Building 207, the Fire Station. A site visit is scheduled for November 16, 2023, at 10:00 AM at Building 207. Questions are due by the end of the day on November 17, 2023. Quotes are due by the end of the day on November 27, 2023. All contractors must be registered in the System for Award Management (SAM) prior to award. Access to the Defense Supply Center Richmond is dictated by specific language for visitors and ID office access. A new screening system implemented on January 3, 2023, requires visitors and contractors to pre-enroll in the Defense Biometric Identification System (DBIDS) for installation access. Reference Attachments 1, 2, and 3 for additional work scope, wage determination, and offer requirements. The point of contact is Justin Jones (Justin.P.Jones@dla.mil).
    This government file outlines a Request for Proposals (RFP) for unspecified services, detailing the administrative and technical requirements for potential bidders. The document includes sections on general information, proposal submission guidelines, evaluation criteria, and contractual terms. Key areas covered are the scope of work, which is broadly described, and the mandatory certifications and compliance standards required for all submissions. It also emphasizes the importance of adherence to federal and state regulations, outlining penalties for non-compliance. The file provides templates for various forms and certifications, indicating a structured process for proposal preparation and review. This RFP aims to procure services while ensuring transparency, fairness, and strict adherence to governmental procurement policies and legal frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    41--REFRIGERATION SYSTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of refrigeration systems, specifically for National Stock Number (NSN) 4130015374995. The requirement includes a quantity of 108 units to be delivered to DLA Distribution within 11 days after order (ADO), with approved sources listed as 0VL44 4210202 and 34623 6019788. These refrigeration systems are critical for maintaining temperature-sensitive supplies and equipment within military operations. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    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.
    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.
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    DSCR Building 98 Paint Stripping
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a lead paint stripping project at Building 98 in Richmond, Virginia, specifically targeting the removal of hazardous lead paint from ceiling surfaces. The contractor will be required to perform mechanical paint removal, ensure proper disposal of hazardous materials, and conduct third-party clearance testing, with a focus on maintaining safety and compliance with federal regulations. This project is critical for mitigating biohazard risks and preventing production disruptions due to peeling paint. Interested small businesses must submit their quotes by December 12, 2025, and are encouraged to attend a site visit on December 2, 2025, with all inquiries directed to Brandon Jump at brandon.jump@dla.mil.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    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.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.