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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 2:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 1:05 PM UTC
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.
Mar 31, 2025, 6:05 PM UTC
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.
Nov 25, 2024, 6:56 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
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.
Nov 25, 2024, 6:56 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
Apr 16, 2025, 1:05 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
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.
Apr 16, 2025, 1:05 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
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.
FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fiscal Year 2025 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract, set aside for small businesses, encompasses a range of mechanical services including the inspection, testing, installation, and maintenance of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total potential value of $71.5 million over a base year and five optional extensions. The procurement is critical for ensuring operational efficiency and compliance with safety and regulatory standards in military facilities. Interested contractors must submit their proposals electronically by the specified deadlines, and are encouraged to attend a pre-proposal conference scheduled for April 23, 2025. For further inquiries, potential bidders can contact Nicole Levesque at nicole.levesque@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
HVAC EQUIPMENT REPAIRS AND REPLACEMENT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The primary objective of this contract is to restore operational capacity to the HVAC system by addressing critical issues, including the replacement of an inoperable hot water boiler and the repair of a refrigerant leak in the air handling unit. This project is vital for maintaining environmental control systems essential for the facility's operations, ensuring compliance with federal standards and enhancing overall efficiency. Interested contractors, particularly those classified as small businesses, must submit their bids by April 29, 2025, with a total contract value of approximately $19 million, and are encouraged to contact Henry Barron at henry.d.barron@usace.army.mil for further details.
HVAC Install Bldg. 402 Space Systems Command
Buyer not available
The Department of Defense, specifically the Space Systems Command, is seeking qualified contractors to install HVAC systems in Building 402 at Kirtland Air Force Base, New Mexico. The project entails the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, to enhance air conditioning in three designated office rooms. This initiative is crucial for improving the working environment, particularly during the summer months when the existing central chiller is inadequate. The contract is expected to be valued between $500,000 and $1 million, with a completion timeline of 90 days post-award. Interested contractors should review the solicitation documents and submit their proposals in sealed envelopes, with inquiries directed to Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil.
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.
Install Boilers, Building 2 and Building 3
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting bids for the installation of steam boilers in Buildings 2 and 3 at its Rome Research Site in New York. This project, valued between $5 million and $10 million, involves the complete installation of new steam boilers, along with necessary upgrades to fire protection, plumbing, and electrical systems, ensuring compliance with federal standards and environmental regulations. The initiative reflects the government's commitment to enhancing infrastructure and operational efficiency at military installations. Interested small businesses must submit their bids electronically by the specified deadline, with a bid guarantee of 20% of the bid price required, and are encouraged to contact Tabitha Haggart at tabitha.haggart@us.af.mil for further inquiries.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project involves replacing existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the chillers being provided as government-furnished equipment. This repair is crucial for maintaining operational efficiency and ensuring the proper functioning of HVAC systems within the facility. Interested contractors should note that a site visit is scheduled for April 23, 2025, with questions due by April 30, 2025, and bids must be submitted by May 14, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or call 803-895-5381.
DEP-50801-5P - Replace Chiller and HVAC Repair
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for the replacement of a chiller and HVAC repair services at the U.S. Army Garrison Devens RFTA in Massachusetts. The procurement aims to gather information on the availability and capability of potential sources, with a focus on firms classified under the NAICS Code 236220 for Commercial and Institutional Building Construction, which has a small business size standard of $45 million. The government intends to award a single firm-fixed-price contract with an expected performance period of 180 days following the notice to proceed. Interested parties should submit their company information and capabilities to Bryan Thompson via email by the specified deadline, as no solicitation document currently exists.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Keesler Air Force Base in Biloxi, Mississippi. The project requires contractors to provide all necessary equipment, labor, and materials to ensure the operational integrity of the cooling systems, with a contract value estimated between $250,000 and $500,000. This procurement is set aside for Historically Underutilized Businesses (HUBZone) and emphasizes compliance with federal wage standards and safety regulations. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 10, 2025, and inquiries directed to David Gardache at david.gardache@us.af.mil or by phone at 228-377-5504.
Y1DA--531-24-107 | Install New HVAC System Biomed Boise VAMC
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install a new HVAC system at the Boise Veterans Affairs Medical Center, specifically for the Biomed department in Building 27. The project, identified by contract number 36C26025R0066, is set within a funding range of $25,000 to $100,000 and is designated for small businesses, requiring SBA certification. This installation is critical for maintaining operational efficiency and comfort in a healthcare environment, emphasizing the importance of minimal disruption during the project. Proposals are due by May 20, 2025, following a site visit on April 24, 2025, and must adhere to federal acquisition regulations, including compliance with the Davis-Bacon Act. Interested contractors can contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.