BUILDING 112, UPGRADE HVAC IN SECURE SPACES
ID: N4008525R2678Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

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

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the upgrade of HVAC systems in secure spaces at Building 112, JEB Little Creek – Fort Story, Virginia Beach, VA. This project, identified as task order N4008525R2678, involves providing heating and cooling solutions for specific rooms within the facility, with an estimated price range of $25,000 to $100,000 and a completion period of 180 calendar days. The procurement is part of an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) and emphasizes compliance with security regulations, including the use of U.S. personnel and participation in the Defense Biometrics Identification System for access. Proposals are due by August 15, 2025, at 2:00 PM, and interested contractors should contact Oteria Bullock at oteria.bullock2.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Command, Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) for HVAC and mechanical construction projects, primarily in the Hampton Roads, Virginia area. This specific task order, N4008525R2678, focuses on upgrading HVAC in secure spaces within Building 112 at JEB Little Creek – Fort Story, Virginia Beach, Virginia. The project has an estimated price range of $25,000 to $100,000 and a 180-calendar-day completion period. The award will be a firm-fixed-price task order based on the lowest evaluated price from existing MACC holders. Proposals are due by August 15, 2025, at 1400 hours and must be submitted through PIEE. A site visit will be scheduled via amendment, and pre-proposal inquiries are due by August 5, 2025. The solicitation outlines detailed requirements for proposals, including bid guarantees, insurance, and compliance with various FAR and DFARS clauses, notably those concerning supply chain security and the prohibition of certain foreign-made systems.
    The Naval Facilities Engineering Command Mid-Atlantic is soliciting proposals for a Design-Build (DB) and Design-Bid-Build (DBB) Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, Air Conditioning (HVAC), and mechanical construction primarily in the Hampton Roads, Virginia area. The specific task order, N4008525R2678, involves upgrading the HVAC in secure spaces of Building 112 at the Joint Expeditionary Base Little Creek – Fort Story. Proposals are due by August 15, 2025, with a completion period of 180 days post-award. The estimated project cost ranges between $25,000 and $100,000. The awarded contractor will need to adhere to strict requirements, including providing all labor, materials, and supervision for installation, ensuring compliance with all specified conditions. A pre-proposal site visit is encouraged for bidders, where they can familiarize themselves with project specifics. Contractors must submit a price proposal, and all proposals are evaluated primarily on cost. Special attention is required regarding the Federal Acquisition Supply Chain Security Act, which prohibits the use of specified "covered articles" in contract performance. This contract reflects the government's ongoing efforts to secure quality construction services while ensuring compliance with federal regulations.
    Work Order 1734147 details the upgrade of HVAC secure space for Building 112 at JEBLCFS Little Creek – Virginia Beach, VA. The project involves providing cooling and heating to rooms 121 and 122, including related incidental work. Key requirements include strict adherence to activity regulations, U.S. firm and citizen-only personnel for secure area construction, and participation in the Defense Biometrics Identification System (DBIDS) for installation access. The document outlines procedures for pricing and payments, administrative requirements, and the mandatory use of the Naval Facilities Engineering Command's (NAVFAC) Electronic Construction and Facility Support Contract Management System (eCMS) for document management. It also specifies requirements for construction progress schedules, submittal procedures, and quality control, emphasizing safety, security, and compliance throughout the project lifecycle.
    The document outlines a federal government project managed by the Naval Facilities Engineering Systems Command ~ Mid-Atlantic to upgrade the Secure Space HVAC system in Building 112 at JEBLCFS - Little Creek, Virginia Beach, Virginia. The file includes various engineering drawings and schematics, such as general notes, vicinity and site maps, and detailed mechanical and electrical plans. Key sections cover mechanical legends, abbreviations, general mechanical and piping notes, and symbols, alongside mechanical equipment schedules for mini-split systems. Electrical components, abbreviations, and general notes are also detailed. The project emphasizes the upgrade of the Heating, Ventilation, and Air Conditioning (HVAC) system within a secure space, indicating a focus on environmental control and security within the facility.
    The work order No. 1734147 outlines the upgrade of HVAC systems for secure spaces at JEB Little Creek in Virginia Beach, VA. The scope involves enhancing heating and cooling in designated rooms within Building 112 while ensuring minimal disruption to ongoing operations as the building remains occupied during construction. The project mandates adherence to safety and environmental regulations, requiring notifications and careful planning for access and storage. Additional responsibilities include submitting various documentation for government approval and utilizing the Electronic Construction and Facility Support Contract Management System for efficient submittal processes. Contractors must comply with specific personnel qualifications, scheduling restrictions, and a clear strategy for coordination with existing contractors, emphasizing safety compliance and effective communication. The completion of this project is critical to ensuring enhanced operational efficiency and secure environmental conditions in the facility.
    The document pertains to a project issued by the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic for upgrading the HVAC systems of the secure space in Building 112 at Joint Expeditionary Base Little Creek, Virginia Beach. The project outlines various technical details such as design specifications, construction notes, and required compliance with safety regulations. Key components include mechanical and electrical plans, specifications for ductless split-system units, details for exterior wall pipe sleeves, and associated general notes. The document is structured with multiple sheets detailing drawings, floor plans, legends for mechanical and electrical systems, and a project overview, all dated as of September 14, 2023. The project aims to enhance the security and functionality of the facility, ensuring that HVAC systems meet modern standards and operational needs. Given the context of federal government projects, this document serves as a Request for Proposal (RFP) that communicates the necessary requirements and expectations for contractors interested in performing the upgrades.
    This government document pertains to an amendment of a solicitation for the upgrade of HVAC systems in secure spaces at Building 112, JEBLCFS, Virginia Beach, VA. The amendment specifies that proposals are due unchanged by August 15, 2025, at 2:00 PM. It includes essential details about a scheduled site visit on July 29, 2025, at 11:00 AM, where contractors will gather at Building 112. Attendees must arrange for parking and request day passes for access if necessary, by submitting appropriate documentation to a provided email address by July 24, 2025. The document emphasizes the importance of acknowledging receipt of the amendment to avoid the rejection of offers. The various sections regarding amendment/mutation details, including contract identification, modification number, and purpose, are also documented. This formal communication reflects standard practices in government procurement processes, ensuring contractor compliance with established guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    Update HVAC Building 1281
    Buyer not available
    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.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex in Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion deadline of 912 calendar days. The solicitation is specifically open to holders of the Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for large general construction projects in the Hampton Roads area. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or 757-341-1973 for further details, while also noting the importance of acknowledging amendments and adhering to site visit requirements.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.
    Construction-AUTEC HVAC Installation and Maintenance/Repair Project
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    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.
    B-121 Repair HVAC deficiencies in operations building
    Buyer not available
    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.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.