The Virgin Islands Army National Guard (VIARNG) is soliciting proposals for Heating, Ventilation, and Air Conditioning (HVAC) maintenance services at the SFC Leonard B. Francis (LBF) Readiness Center on St. Thomas. The contract requires comprehensive HVAC maintenance, including routine, preventive, and corrective services, to ensure a healthy atmosphere, continuous system operation, and temperature control. The contractor must provide all personnel, labor, materials, and equipment, conducting initial site surveys, inspections, testing, and diagnostics. Specific tasks include maintaining various HVAC systems, submitting detailed reports within 30 days of service, and adhering to manufacturer recommendations and industry best practices. The project also outlines strict safety, security, and training requirements, including AT Level I, iWatch, and OPSEC training for all personnel. Deliverables include technical data, maintenance plans, quality assurance plans, and a final equipment condition assessment report. Work is to be completed within 30 calendar days of receiving the Notice to Proceed, with services performed during normal business hours.
This government solicitation, W9127P26QA001, is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) for HVAC maintenance services at the SFC Lionel B Francis Readiness Center and Field Maintenance Shop 2 on St. Thomas, US Virgin Islands. The solicitation was issued on November 25, 2025, with quotes due by December 16, 2025, at 12:00 PM AST. The estimated total award amount is $19,000,000.00. The contract period of performance is from January 5, 2026, to February 6, 2026. The acquisition is set aside for WOSB, with a NAICS code of 238220 (Plumbing, Heating, and Air-Conditioning Contractors). Offerors must submit a technical approach and price proposal via email. The technical approach, not exceeding 10 pages, should demonstrate a clear understanding of the Statement of Work (SOW) paragraph 1, excluding pricing information. Price proposals should follow the CLIN structure on SF 1449. Evaluation factors include price, technical approach (significantly more important than past performance), and past performance (recent and relevant CPARS ratings). The government intends to award a firm-fixed-price contract based on the best value, anticipating an award from initial responses without extensive interchanges.