HVAC SHORT TERM RENTAL SUPPORT FOR CST TENTS AT FT KNOX, KY.
ID: W9124D25QA103Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (W041)

Set Aside

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

    The Department of Defense, through the Department of the Army, is soliciting proposals for HVAC short-term rental support for CST tents at Fort Knox, Kentucky. The contractor will be responsible for providing self-supported HVAC systems for twelve Navi-Trac tents and thirty-one Sprung structures, ensuring a consistent internal temperature of 68 degrees Fahrenheit, even under extreme external conditions. This procurement is crucial for maintaining operational capabilities during training exercises, with an estimated total award amount of $40 million and a performance period from May 20, 2025, to August 18, 2025, with options extending through May 2028. Interested vendors should contact Eric V. Tollefson at eric.v.tollefson.civ@army.mil or (520) 945-9028 for further details, and must acknowledge receipt of the solicitation amendment to ensure their offers are considered.

    Files
    Title
    Posted
    The document outlines the layout and specifications for NAV Trac tent structures designed to accommodate personnel at various logistical support areas (LSAs). The file details the configuration for tents, indicating that each tent can house 160 individuals and measures 40' x 80'. Additionally, it provides information on other relocatable structures, including smaller tents, latrines, and shower facilities needed for supporting large groups of people, specifying distances for placement between structures and clusters. For example, it mentions clusters should be spaced 50 to 100 feet apart, and smaller structures should be placed 6 to 40 feet apart. The document serves as a guide for the setup of temporary facilities in response to operational requirements, illustrating the government's commitment to providing adequate support logistics for personnel in deployment or emergency situations. Conclusions about the optimal placement of these structures emphasize effective cooling and resource management. Overall, this document is a key element in federal planning for rapid response and support missions.
    The Statement of Work (SOW) outlines the requirements for a contractor to provide HVAC units on a short-term lease for various tent structures across five compounds. The contractor is tasked with delivering, installing, and maintaining separate self-supported HVAC systems for twelve Navi-Trac tents and thirty-one Sprung structures, ensuring a consistent internal temperature of 68 degrees Fahrenheit, even under extreme external temperatures exceeding 100 degrees. Key operational dates for cooling and maintenance are specified along with a requirement for 24/7 support, responding to service needs within four hours. The contractor must also adhere to safety and security protocols while ensuring compliance with OSHA standards. Joint inspections of equipment with government representatives will be conducted to ensure quality and address any issues. The document emphasizes the necessity of maintaining the cooling units operational during specified periods, stressing accountability for temperature control and efficient response to equipment malfunctions. This SOW reflects government oversight in procurement processes, highlighting specific needs and conditions for federal and local contracting engagements.
    The document outlines a Statement of Work (SOW) for the provision of HVAC systems under a rental agreement for various tent structures across five compounds. The contractor is responsible for delivering and maintaining self-supported HVAC units to ensure an internal temperature of 68 degrees Fahrenheit in twelve Navi-Trac tents and thirty-one Sprung structures, especially under high external temperatures. The system setup must be operational within specified times, and a rigorous maintenance schedule is required, including on-site support and quick response to equipment failures, with penalties for non-compliance with temperature and operational standards. The contractor will have access to sites for setup and troubleshooting and is responsible for adhering to security policies at Fort Knox. The contract includes provisions for joint inspections of the equipment and mandates compliance with OSHA standards. Overall, this SOW emphasizes the importance of efficient HVAC operation in extreme weather conditions while ensuring safety, reliability, and responsiveness.
    The document addresses inquiries related to the solicitation W9124D25QA103 for HVAC services during the specified period of performance from May 20, 2025, to August 18, 2025, and includes option years through May 2028. There is an incumbent contractor, previously awarded under contract number W9124D24P0079, for a total of $614,333.02. The contractor is obligated to provide a repair team within four hours for downed equipment and must replace unserviceable units within 24 hours. A strict temperature limit of 68 degrees Fahrenheit is mandated, with a slight increase permitted only under extreme conditions. Contractors must ensure routine maintenance and refueling, including Diesel Exhaust Fluid for generators. The responses clarify contractor responsibilities while emphasizing compliance with the stipulated temporal and service delivery requirements crucial for the successful execution of the contract. The document serves as a vital tool for potential vendors seeking clear guidelines for procurement, reinforcing the importance of adherence to technical specifications and timelines in government RFPs.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically for the provision of commercial products and services related to HVAC systems for military tent structures at Fort Knox, Kentucky. The contract is titled "CST FY25 HVAC Rental for Tents" and has an estimated total award amount of $40 million. The solicitation includes two main line items: 12 self-supported HVAC units for 12 Navi-Trac tents and 31 units for 31 Sprung structures, with services rendered during specific periods across multiple years. The contractor is responsible for all labor, transportation, and maintenance associated with the HVAC systems. There are provisions for optional renewals over subsequent years as outlined in the contract. Additionally, important regulatory requirements and clauses, primarily from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), are highlighted and incorporated, emphasizing compliance with various federal laws and the importance of ethical business practices. This solicitation is aimed at enhancing operational capabilities while promoting small business participation in federal contracting.
    This document serves as an amendment to an existing solicitation, extending the deadline for offers related to a contract involving the Statement of Work (SOW) for HVAC system modifications at Fort Knox, Kentucky. The revision addresses industry inquiries, with detailed answers provided separately on the SAM.gov platform. Key updates include a highlighted revision in the SOW section 1.4.2 and the addition of a newly revised SOW document. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offers. The amendment also outlines the procedures for changing submitted offers and emphasizes that the original terms remain in effect unless modified by this amendment. This document reflects the government's effort to ensure clarity and facilitate contractor participation in federal contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Solicitation: Environmental Control Unit (ECU) (4120-01-608-7504) - AMENDED
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of Environmental Control Units (ECUs) under solicitation number W912CH-25-Q-0033. The requirement includes a firm-fixed-price purchase order for three units, with an option for up to 100% additional quantity, identified by NSN 4120-01-608-7504 and Part No. 17-3-3260-2, which are critical for military applications, particularly in Chemical Biological Protective Shelters (CBPS). Interested offerors must obtain access to the Technical Data Package (TDP) prior to submission, and all proposals must be submitted electronically by December 29, 2025, at 2:00 p.m. Eastern Time, to the designated contacts Kimberly J. Parisek and Kelly Germano via their provided emails. Compliance with military preservation, packing, and marking standards is required, with shipments to be delivered to the Blue Grass Army Depot in Richmond, Kentucky.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    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 Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    Lease of Temporary HVAC Unit and Exhaust Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy at the Portsmouth Naval Shipyard, is seeking to extend a contract for the lease of temporary HVAC units and exhaust equipment. This extension, lasting 18 weeks, is crucial to ensure continuous support for ship repair and overhaul operations that have been delayed due to a shipyard-wide work stoppage, which has necessitated a rebaselining of projects by approximately four months. The equipment is essential for maintaining strict environmental conditions required for shipyard work, making it non-severable and justifying the need for the extension with the current contractor. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil for further information.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.