Repair/Replace HVAC Systems
ID: FA875125B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HEATING AND COOLING PLANTS (Y1NB)

Set Aside

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

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking bids for the repair and replacement of HVAC systems at its facility in Rome, New York. 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 compliance with federal regulations and safety standards. This procurement is designated as a Total Small Business Set-Aside under NAICS code 236220, with an estimated construction magnitude between $5 million and $10 million, and a performance period of 540 calendar days post-award. Interested contractors must submit their bids by May 13, 2025, and can direct inquiries to Jennifer Calandra at Jennifer.Calandra@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines technical specifications for the repair and replacement of HVAC systems at the Air Force Research Laboratory in Rome, New York. Under Project Number ULDF 220304, the work includes hazardous material abatement and various construction tasks, including mechanical and electrical work. The contractor is required to comply with EPA’s green procurement guidelines, ensuring the use of recycled materials where applicable. The schedule dictates that the buildings will remain occupied during construction, necessitating strict adherence to safety and operational procedures to minimize disruption. The document specifies submittal requirements for contractors, highlighting the need for government approval on specific items, a clear communication protocol, and the management of site access. Regular updates and documentation of progress, including the use of a submittal register to track approvals, are crucial for project management. The contractor must ensure minimal impact on existing utilities and environmental elements while maintaining strict security and compliance protocols throughout the project duration. This comprehensive approach emphasizes efficiency, regulatory adherence, and environmental responsibility in executing the HVAC upgrades.
    The document pertains to the procedures and guidelines related to federal and state procurement processes, specifically focusing on Requests for Proposals (RFPs) and federal grants. It emphasizes the importance of providing a clear and comprehensive framework for entities looking to secure funding or contracts. Key elements include eligibility criteria, submission guidelines, evaluation processes, and compliance requirements. The document outlines expectations for transparency and accountability in proposals, including detailed budget justifications and project timelines. It highlights the necessity for potential applicants to demonstrate their capacity and experience in delivering on proposed projects. Through structured protocols, the document seeks to ensure that funding is allocated efficiently and effectively, promoting fair competition among applicants while aligning proposals with governmental priorities and objectives. This comprehensive approach intends to enhance the overall effectiveness of the procurement process, ultimately benefiting public projects and initiatives.
    The document outlines the technical specifications for the Repair/Replace HVAC Systems project at the Air Force Research Laboratory in Rome, New York, under Project Number ULDF220304. The project involves hazardous material abatement and general construction work, including plumbing, electrical, and mechanical tasks. Contractors are required to adhere to green procurement guidelines by using EPA-approved materials with recycled content. The project site will remain occupied throughout the work, necessitating careful planning and communication with government officials to coordinate activities and minimize disruption. Key sections of the document detail administrative and safety requirements, project scheduling, and submittal procedures, emphasizing the need for proper documentation and timely approval of submissions. Notable requirements include compliance with various safety and construction standards, maintaining records for salvaged materials, and adhering to specific working hours to align with government operational hours. The comprehensive approach ensures environmental safety, regulatory compliance, and efficient execution of the HVAC system replacement, demonstrating the government's commitment to sustainable construction practices while enhancing facility functionality.
    The document outlines the technical specifications for the Repair/Replace HVAC Systems project at the Air Force Research Laboratory in Rome, New York (Project Number ULDF 220304AE). It details the scope of work that includes the provision of fire protection, plumbing, mechanical, and electrical systems, emphasizing adherence to various standards and regulations, including those set by NFPA and ANSI. Significant sections address the installation of piping systems, specifying the requirements for materials, fabrication drawings, testing methods, and maintenance manuals to ensure compliance with safety and operational effectiveness. The document is organized into specific divisions covering general requirements, plumbing systems, fire protection, and mechanical installations. The comprehensive nature of these specifications indicates a focus on safety, reliability, and coordination among different trades, reflecting the project's importance in enhancing facility safety and operations at a federal research site. Emphasis is placed on documented approvals, inspection agreements, and thorough installation processes to ensure successful project execution.
    Barton & Loguidice, D.P.C. conducted a targeted investigation for hazardous materials, including asbestos and lead-based paint, at Building 3 of the Rome Research Site, as per Towne Engineering's request. The survey, performed from January 22 to February 8, 2024, identified asbestos in materials such as air handling unit sealants and pipe fittings. Specific samples showed chrysotile asbestos content up to 7.9%. For lead-based paint, XRF testing confirmed lead concentrations on structural components like catwalks and support posts exceeding the EPA threshold of 1.00 mg/cm², indicating a need for compliance with OSHA standards. Additionally, PCB analysis on exterior caulking indicated no regulatory concerns as results were below the 50 ppm threshold. The report includes previous surveys for reference and provides laboratory certification documents. This investigation is integral for ensuring safe renovation practices and compliance with health and environmental regulations as part of upcoming facility upgrades.
    The document outlines detailed architectural and engineering plans for the renovation or construction of a penthouse in an unspecified facility. Key components include proposed floor plans, framing plans, siding details, mechanical, plumbing, and electrical layouts, as well as existing conditions schematics for various system components. The architectural layers cover penthouse design specifics, including ceiling plans and furniture arrangements, supported by mechanical plans detailing chilled water and steam systems, ductworks, and piping layouts across multiple bays. Electrical considerations are elucidated through power diagrams and existing electrical room configurations, emphasizing the complexity and interconnectivity of the various systems designed to ensure operational efficiency and compliance with regulations. The aim of the document appears to be structured towards responding to government requests for proposals (RFPs) or grants involving substantial construction obligations. It demonstrates a meticulously organized approach to facility upgrades, aligning with federal guidelines to enhance the structural, mechanical, and electrical infrastructure while prioritizing safety and operational standards.
    The document outlines the operational and safety protocols for the removal of asbestos-containing materials (ACMs) as part of a construction project in New York. The primary responsibilities fall on the contractor, who must ensure compliance with all local, state, and federal regulations, maintain proper licensing and certification, and effectively communicate with other contractors and the building owner. Critical tasks include the removal and disposal of specified ACMs, coordination of shutdowns for building systems (such as electrical and HVAC), and management of decontamination unit placements. Additionally, the contractor is accountable for any damage incurred during the work and must adhere to a removal schedule detailing the specific materials and quantities involved. The document emphasizes the importance of safety, regulatory compliance, and cooperative coordination during the hazardous material abatement process to safeguard health and maintain operational continuity in affected areas.
    The Statement of Work outlines the process for the dismantling, storage, and reinstallation of the Teknion Transit panel system at the Air Force Research Laboratory in Rome, NY. This project, identified under solicitation FA875125B0001, involves several key phases. Initially, the existing panel system will be documented, dismantled, and inventoried, ensuring proper packaging to prevent damage during long-term storage in a climate-controlled facility. Transportation to the storage location is included, with organization based on a phased installation schedule. The reinstallation process will follow strict guidelines and procedures, ensuring that all components are set up identically to their original configuration. An installation manager experienced with Teknion Transit is required to oversee the project. All work will be executed in a phased manner within a single-story facility with a loading dock, concluding with an organized cleanup of the worksite. This document serves to define the tasks and responsibilities involved in the project, ensuring a systematic approach to maintaining the integrity of the existing furniture systems while transitioning them through dismantling and reinstallation.
    The document outlines the Statement of Work (SOW) for the dismantling, storage, and reinstallation of the Teknion Transit Panel System at the Air Force Research Laboratory in Rome, NY. It details a project solicitation under the reference FA875125B0001, CLIN 0002. The project involves several key phases, including the careful teardown of the existing panel system, which requires documenting its condition, inventorying all components, and ensuring proper packaging for climate-controlled storage. The reinstallation phase will follow a phased delivery approach based on a provided layout, ensuring that all hardware and components maintain their original order. An experienced installation manager will oversee the project, ensuring compliance with Teknion’s installation procedures. All activities will occur in a single-story building equipped with a loading dock, and the work must be completed efficiently with all packing materials removed and cleaning conducted post-installation. This procurement reflects the government's focus on maintaining and upgrading facilities, emphasizing careful planning, execution, and adherence to established procedures.
    The document appears to be a collection of fragmented data likely related to federal government RFPs, grants, and state/local projects, although the corruption suggests a lack of coherent content. It highlights topics related to funding opportunities and procurement processes intended for entities looking to secure government contracts or financial assistance. The structure seems to lack clear categorization, making it challenging to extract systematic information. However, it underlines the importance of compliance with guidelines, regulations, and safety standards which are critical when engaging with government contracts. Furthermore, it references procedural elements such as project planning, assessment, and remediation concerning environmental health and safety factors. From the context, it is clear that the document aims to address potential bidding processes and funding mechanisms, emphasizing the need for thorough preparation by applicants to meet stringent government requirements. Overall, the document suggests a focus on federal grants and RFPs as avenues for financial support and project execution by contractors and organizations involved in public sector work.
    The document serves as Addendum No. 1 for federal Request for Proposals (RFP) related to electrical system modifications. It specifies revisions to an existing electrical power diagram, including the removal of a motor control center and updates to the fixture schedule for lighting improvements. The addendum introduces a new lighting fixture type with detailed specifications and outlines requirements for implementing a lightning protection system on the penthouse roof. Additionally, it states that removed motor control centers should be stored as directed by the owner, allowing for disassembly if necessary. This addendum ensures compliance with electrical safety standards and optimizes the facility's lighting and protection systems, reflecting the government's focus on maintaining functional and hazard-free environments in public projects.
    Addendum No. 1 outlines crucial revisions for the building project at AFRL H8 Lab, including alterations to electrical diagrams, fixture specifications, and the implementation of a lightning protection system. The motor control center MCC-i4M -1 is to be removed, and both existing and new fixture types (B and B2) are detailed with specific dimensions, specifications, and catalog numbers. Significant attention is directed toward the installation of a comprehensive lightning protection system per industry standards, including UL and NFPA guidelines. Submittal requirements necessitate government approval for certain documents, including test reports and certificates. The document emphasizes the importance of compliance with NEC, safety protocols, and clear inspection processes. It mandates that all lightning protection components be of high quality, UL listed, and properly installed to ensure safety for both assets and personnel. The addendum is structured to provide comprehensive guidelines for the project's execution, execution quality, and field testing, thereby highlighting the necessity for adherence to specified standards. Overall, the addendum signifies the federal government's commitment to ensuring safety and compliance in public building projects.
    The document serves as Addendum No. 2 for Notice ID FA875125B0001, detailing modifications related to the repair and replacement of HVAC systems in Buildings C and D at the Air Force Research Lab in Rome, New York. The addendum includes specific directives to update architectural drawings, including adjustments to roof flashing details and revisions to the Bay Roof Plans. Notably, Detail A – A001 is replaced, and new details B – A001 and C – A001 are added. Revised drawings for the C Bay Roof Plan (A-302) and other related plans are also included. The purpose of these updates is to ensure precise implementation of design guidelines and modifications necessary for the successful completion of the HVAC project. The addendum highlights the structured approach to incorporate necessary changes while managing ongoing construction and maintenance projects, illustrating the federal government's method of ensuring compliance and operational efficiency in public facilities.
    The document presents questions and answers related to a government project, focusing mainly on project logistics and specifications. The project timeline is estimated for completion in 18 months, with key responsibilities regarding furniture storage placed on the contractor, as on-site storage is not available. Access to loading docks and specifics about electrical and steel requirements remain unanswered, with the Army Research Laboratory (AFRL) still developing responses. Additionally, an amendment has been posted to correct an incomplete specification book. Key details include that scanned bid bonds are acceptable, and there is a need for disassembly of certain electrical components for storage. The document emphasizes the importance of clarifying various construction and operational queries, such as the removal of curbs near air handlers. It also updates on the replacement of a discontinued primer and provides information on the current fire alarm contractor. Overall, the file serves as a communication tool for contractors to understand project requirements and expectations in the context of a federal RFP.
    The document provides a series of questions and answers related to a government project, focusing on logistics, specifications, and contractor responsibilities. The project is expected to be completed in 18 months, with contractors responsible for furniture storage as on-site options are unavailable. Key points include the identification of a local Teknion furniture contractor and various amendments to specification books addressing incomplete content. Electrical and structural queries have been clarified through addendums of April 28, detailing specifications for lighting, steel dimensions, and safety measures for roof structures. The document also includes procedural clarifications regarding bid submissions and project preparation. As this is part of the RFP process, it emphasizes transparency and communication between government entities and contractors, ensuring project adherence and proper execution of construction standards.
    The document outlines a series of questions and answers related to a government construction project, detailing project specifications, timelines, and responsibilities for contractors. The overall project is estimated to be completed in 18 months. No on-site furniture storage is available, placing the responsibility on the contractor for storage arrangements. The file identifies the local Teknion furniture contractor, ROI (Roberts Office Interiors), as experienced in the required systems. Additional clarifications include electrical specifications, steel supplier details, and materials replacement guidance. Key updates are provided through amendments that detail adjustments to project plans and specifications, including an incomplete specification book that has been replaced with revised attachments. The document emphasizes clarity and compliance with construction protocols, including power disconnects and the handling of existing materials. Critical points such as bid bond submission and removal of existing architecture are also addressed, ensuring that all parties have a clear understanding of the project requirements and expectations. This guidance serves to streamline contractor responses for the RFP process while maintaining adherence to federal regulations.
    The document provides a series of Questions and Answers regarding a construction project, detailing various logistical, contractual, and technical inquiries from potential contractors and stakeholders. The project is estimated to take 18 months to complete, with contractors required to handle their own furniture storage as on-site options are unavailable. Access between loading docks and workspaces is approximately 150 feet, and an experienced local contractor for furniture, ROI (Roberts Office Interiors), has been confirmed. Several specifications were clarified through amendments due to the initial document's incompleteness, particularly regarding electrical, structural, and safety requirements, including procedures for asbestos abatement. The document also addresses the need for compliance with NY State regulations and outlines acceptable practices for contractors. Specific answers highlight the necessity for safety systems and quality control as per project requirements. Overall, the Q&A format serves to provide essential clarifications and guidance to contractors, ensuring adherence to project specifications and enhancing the understanding of logistical challenges and compliance obligations necessary for successful project execution.
    The document outlines a federal request for proposals (RFP) for the repair and replacement of Heating, Ventilation, and Air Conditioning (HVAC) systems at the Air Force Research Laboratory in Rome, NY. The project scope includes hazardous material abatement, general construction, mechanical and plumbing work, and the disassembly and reinstallation of existing Teknion furniture systems. It is designated as a 100% Small Business Set-Aside under the applicable NAICS code 236220, aimed at ensuring small business participation. Bids must comply with specific solicitation requirements, including completing the offer form and providing performance and payment bonds. The estimated construction magnitude falls between $5 million and $10 million, with a performance period of 540 calendar days post-award. The contractor is required to comply with various federal regulations and standards, including labor wage determinations and environmental guidelines. Additionally, the document emphasizes the right of the Government to cancel the solicitation at any stage and outlines a comprehensive list of contract clauses and compliance requirements, underlining the commitment to safety, ethical standards, and efficient contract management in federal construction projects.
    The document outlines an amendment to a solicitation pertaining to a federal government contract, specifically detailing modifications that affect the project's terms and schedule. Key adjustments include extending the performance period from 546 to 548 calendar days, rescheduling the proposal due date from April 29, 2024, to April 29, 2025, and changing the delivery schedule from 10 months to 18 months for specified line items. The document emphasizes that all other terms remain unchanged and requires bidders to acknowledge receipt of the amendment to avoid non-responsiveness. Additional details include the procedure for contractors to submit inquiries, a reminder of the need for accurate representations and certifications, and updated clauses regarding limitations on subcontracting and site visits. Important dates for contractor inquiries and a scheduled site visit on April 15, 2025, are also highlighted, aimed at ensuring compliance with the stipulations outlined in the bidding process. Overall, the amendment aims to provide clarity and update necessary components of the solicitation, reflecting the dynamic nature of government procurement processes.
    The document is an amendment to a solicitation for a contract regarding dismantling, storing, and re-installing services for the Teknion Transit panel system at the Air Force Research Laboratory (AFRL) in Rome, NY. The amendment outlines several changes, including an update to the description in Line Item 0002 and the addition of a new attachment (Attachment 5) containing drawings for AHU C&D Bay Furniture. Contractors are instructed to acknowledge receipt of the amendment when submitting their bids, as failure to do so may result in rejection. Other terms and conditions of the original solicitation remain unchanged. This amendment reflects standard procedures in government procurement, ensuring clarity and compliance while facilitating necessary updates to contract specifications.
    The document serves as an amendment to a federal solicitation pertaining to a contract for the Air Force Research Laboratory (AFRL) and outlines significant changes to the bidding process. The deadline for bid submissions has been extended from April 29, 2025, to May 13, 2025, while the date for submitting questions has also been postponed to May 6, 2025. Notably, the amendment deletes the original technical specifications attachment and replaces it with three new documents detailing technical specifications for the project. It emphasizes the importance of acknowledging the amendment, stating that failure to do so may render a bid non-responsive. The amendment maintains all other terms and conditions of the solicitation as unchanged. In addition, bidders are encouraged to submit inquiries in writing by a specified deadline, and it is indicated that electronic submissions are the only acceptable form for bid proposals, with strict guidelines on submission and bid evaluation processes. This comprehensive amendment is part of the federal process to facilitate competition among small businesses while ensuring compliance with existing regulations.
    The document serves as an amendment to a government solicitation, specifically addressing an extension of the deadline for offer submissions and providing critical information regarding site visits and bid preparation instructions. It notably establishes two pre-bid site visits scheduled for April 15 and May 5, 2025, as well as details on the requirements for attendance, including a pre-enrollment process. The amendment reaffirms that all other terms and conditions remain unchanged while incorporating a new addendum and clarifying specific bidding instructions. Key instructions stress the importance of timely acknowledgment of the amendment to prevent rejection of offers, emphasize submission requirements in accordance with FAR regulations, and highlight that bids will be evaluated on an all-or-nothing basis. The document also delineates protocols for contractor inquiries, requiring that all questions about the solicitation be submitted in writing. Overall, this amendment facilitates enhanced communication for bidders and ensures compliance with regulatory standards, thereby promoting competitive bidding for federal contracts under specific government guidelines.
    This document serves as an amendment to a solicitation, altering important details related to vendor offers for a government contract. It outlines procedures for acknowledging receipt of this amendment, including submission deadlines and methods of communication. The amendment extends the hour and date for offer submission, with specific provisions for contractors wanting to alter previously submitted offers. Furthermore, it includes requirements for contract modifications, categorizing different types of administrative changes and their justifications. Key changes highlighted in the document involve the addition of Attachment 7, which incorporates Addendum 2. The contractor, identified as the AFRL RIKO located in Rome, NY, must adhere to the specified procedures for acknowledgment to avoid rejection of offers. Essential roles are designated, including the responsibilities of the contracting officer and the contractor. The overall purpose of this document is to facilitate clarity and compliance in governmental contracting processes, ensuring all parties are informed of changes and procedural requirements as part of the procurement process.
    This document serves as an amendment to a previously issued solicitation regarding financial and administrative procedures. It details the requirements for acknowledging receipt of the amendment by potential contractors before the designated deadline. Contractors can submit acknowledgments through various methods, including returning copies of the amendment or through electronic communication, ensuring that modifications to prior offers are accepted. Additionally, sections within the amendment specify changes to given contract details, including updates to attached specifications and drawings. The amendment aims to replace an earlier attachment (Attachment 6) with a revised version that incorporates necessary updates per Addendum 1. The document emphasizes the continuity of terms and conditions previously established in the original solicitation, maintaining contract integrity while permitting specified modifications. The purpose of this amendment is to ensure clarity and facilitate compliance with updated specifications for the contracting process, reflecting procedural adjustments relevant to the solicitation and the contract's continuity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    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.
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    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.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Update HVAC Building 1281
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Update HVAC Building 1281 project at Marine Corps Air Station Cherry Point, North Carolina. This project involves comprehensive modifications to the HVAC systems, including the installation of new ductwork, control valves, and air devices, as well as necessary upgrades to the existing building automation system. The work is critical for maintaining operational efficiency and comfort within the facility, with an estimated project value between $250,000 and $500,000, and a completion timeline of 180 calendar days. Proposals are due by January 8, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.