HVAC Replacement Bldg. 395, March ARB
ID: F5F3CE5087A901Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4664 452 MSG PKMARCH ARB, CA, 92518-1716, USA

NAICS

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

    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I Architect-Engineer (A-E) services for the 35% design of replacing the existing Variable Refrigerant Flow (VRF) HVAC system with a chilled water system at ATCT B395, March Air Reserve Base, California. The selected firm will be responsible for preparing design documents, including equipment sizing, floor plans, and cost estimates, while ensuring compliance with applicable federal and state requirements. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541330, with a submission deadline for qualifications extended to August 18, 2025, at 12:00 PM PST. Interested firms must register in the System for Award Management (SAM) and submit their qualifications via the SF330 form, with further inquiries directed to Contracting Officer Marissa E. Lopez at marissa.lopez.5@us.af.mil or Chief Contracting Officer Elidec Frias at elidec.frias.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Past Performance Questionnaire (PPQ) used by the Air Force Reserve Command's 452nd MSG PK Contracting Squadron for source selection in a competitive acquisition. The PPQ helps evaluate an offeror's ability to perform on a proposed effort, specifically for A-E Services for PDPG 19-0109 to replace an HVAC system at March ARB, CA. It requests information on contract identification, customer/agency details, and respondent identification. A key component is Section 4, which includes a performance rating scale (Exceptional to Unsatisfactory) and sample questions covering various aspects of contractor performance, such as management, quality control, problem-solving, adherence to schedules, financial responsibility, and cooperation with government personnel. The questionnaire also asks about cure/show cause notices and whether the respondent would award another contract to the contractor. Responses are due by August 18, 2025, and are crucial for timely completion of the source selection process.
    The Market Research & Capability Statement Survey from March Air Reserve Base, CA, is aimed at gathering essential company profile information to aid the government in planning the acquisition strategy for HVAC Design/Build for Building 395. Companies are asked to provide details such as their size classification under NAICS code 238220, recent similar contracts, and capability to manage subcontractors. A particular emphasis is placed on small businesses, outlining various classifications like HUBZone, 8(a), and service-disabled veteran-owned entities. The document also requests information on technical skills, the capacity to self-perform at least 50% of the work, and the proposed contract type beneficial for the requirement. Companies are further asked to define their role in the acquisition process, whether as a prime contractor or subcontractor, and estimate subcontracting work percentages. This survey is intended to facilitate the government’s assessment of potential contractors’ capabilities in fulfilling the project requirements while promoting compliance with small business regulations. Responses are expected by May 2, 2025, to guide future contracting decisions effectively.
    The document outlines the Statement of Work (SOW) for replacing the existing VRF HVAC system with a chilled water system at March Air Reserve Base (MARB), detailed under Project No. PDPG 19-0109. The project involves demolishing the current HVAC system, installing a new chilled water system, hot water boilers, and enhancing electrical controls, all to industry standards and compliance with applicable federal, state, and local regulations. The contractor is responsible for providing all necessary labor, materials, and equipment, including procuring permits for various tasks and ensuring environmental protection measures are met. Key phases include project planning, design, construction, and commissioning, with a total performance period of 78 days. Comprehensive requirements for quality control, safety measures, and training for government personnel are also emphasized. The document sets forth detailed administrative protocols, including hiring qualified personnel and adhering to military base security regulations. Overall, this project underscores the commitment to modernizing facility infrastructure while ensuring compliance and operational readiness.
    The Department of the Air Force, Air Force Reserve Command, has issued Amendment 0001 to a Request for Qualifications (RFQ) for Title I Architect-Engineer (A-E) Services. This RFQ seeks to identify highly qualified A-E firms for the 35% design to replace the existing VRF HVAC system with a chilled water system at ATCT B395, March ARB, CA. The government intends to award a Firm Fixed Price contract, set aside for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns under NAICS code 541330. Key selection criteria include specialized experience, locality knowledge, professional qualifications, capacity to accomplish work within 35 calendar days, and past performance. Firms must submit SF330 Architect-Engineer Qualifications packages. The evaluation process involves two phases: initial SF330 review to shortlist at least three highest-rated firms, followed by discussions and selection of the top-ranked firm for negotiation. Funds are not yet available. The submission deadline for qualifications is extended to August 18, 2025, 12:00 PM PST.
    The Department of the Air Force is issuing a Request for Qualifications (RFQ) for Title I Architect-Engineer (A-E) services. This RFQ, dated July 28, 2025, from the 452nd MSG Contracting Squadron at March ARB, CA, seeks to identify highly qualified A-E firms for Project PDPG 19-0109. The project involves a 35% design to replace the existing VRF HVAC system with a chilled water system at ATCT B395, March ARB, CA. The Air Force intends to award a Firm Fixed Price contract, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with NAICS code 541330. Selection criteria include specialized experience, locality knowledge, professional qualifications, capacity, and past performance. Offerors must submit SF330 Architect-Engineer Qualifications packages via email by August 13, 2025, 12:00 PM PST. This RFQ is for market research to shortlist the top three firms for further discussions and eventual RFP issuance, contingent on fund availability.
    The Department of the Air Force is requesting qualifications from architectural-engineering contractors for Title I services related to the project PDPG 19-0109, which involves designing plans to replace the existing VRF HVAC system with a chilled water system at ATCT B395, March Air Reserve Base, CA. The anticipated contract will be a Firm Fixed Price agreement, primarily open to 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns under NAICS code 541330 for Engineering Services. The selection will identify the top three qualified firms based on their specialized experience, knowledge of the project locality, professional qualifications, capacity to perform within the specified timeline, and past performance with government contracts. The evaluation will occur in two phases: an initial review of submissions (SF330s) followed by discussions with shortlisted contractors. Contractors must submit interest and qualifications by 12:00 PM PST on 13 August 2025, with late submissions not considered. This RFQ serves as a market research tool, with no awarded contracts until funds become available, and the government retains the right to cancel the RFQ at any time without cost reimbursement to offerors.
    The provided document outlines the instructions for completing the Standard Form 330, utilized by federal agencies to assess the qualifications of architect-engineer firms seeking contracts. Its main purpose is to ensure selection based on professional competences as mandated by relevant statutes and regulations. The form is divided into two parts: Part I details contract-specific qualifications, while Part II captures the general qualifications of the firm or its branch offices. In Part I, firms submit pertinent contract information, team composition, organizational structure, and resumes of key personnel. It emphasizes that firms must demonstrate relevant experience through past projects and provide detailed descriptions highlighting their capabilities. Part II serves to generalize the firm's qualifications, including its establishment year, ownership type, employee composition by discipline, and average revenues. Overall, the document facilitates the assessment process for architect-engineer services in the federal contracting landscape, prompting transparency and efficiency in contractor selection, while ensuring compliance with ongoing government standards.
    The Statement of Work (SOW) outlines the 35% design requirements for replacing an existing Variable Refrigerant Flow (VRF) HVAC system with a 4-pipe chilled/hot water system at ATCT B395, March Air Reserve Base (MARB), CA. The project, PDPG 19-0109, mandates an Architect-Engineering (A-E) firm to prepare design documents, including equipment sizing, floor plans, flow diagrams, schedules, power supply diagrams, and cost estimates for demolition and new construction. The scope includes removing the old VRF system, electrical components, and housekeeping pads, then installing new air-cooled water chillers, chilled water pumps, 4-pipe fan coil units, chilled water piping, electric hot water boilers, and a new Direct Digital Controls (DDC) HVAC control system. Modifications to the existing fresh air supply and power systems are also included. All work must comply with applicable Federal, State, and UFC requirements, with specific emphasis on ASHRAE codes. The SOW details administrative requirements, submittal procedures, meeting schedules, and the overall work plan, emphasizing adherence to established timelines and government review periods.
    The Statement of Work (SOW) details the 35% design phase required to replace the existing variable refrigerant flow (VRF) HVAC system with a new chilled water system at March Air Reserve Base, CA. The project entails demolishing the current VRF system manufactured by LG and installing a 4-pipe chilled/hot water system that includes air-cooled chillers, electric boilers, fan coil units, and a new HVAC control system. The A-E (Architect-Engineering) firm is responsible for producing technical documents, drawings, and calculations while ensuring compliance with federal, state, and local regulations. Key components of the scope include removing the old system, installing new heating and cooling equipment, upgrading electrical systems, and maintaining the existing fresh air system. The SOW emphasizes the adherence to multiple technical references and established safety standards throughout the project. The document outlines administrative and managerial requirements, including supervision, submittals, and contract coordination. The purpose of this SOW is to provide a clear framework for the project’s design and implementation, ensuring that all aspects are completed to meet operational needs and regulatory guidelines while documenting responsibilities and processes for all parties involved.
    Similar Opportunities
    C223--Air Handlers with Auxiliary Chillers (A/E Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to establish a design contract for the replacement of Air Handling Units and Auxiliary Chillers at the Durham VA Medical Center in North Carolina. The selected firm will provide comprehensive investigative services, prepare contract drawings and specifications, and offer construction period services, all under a Single Award Task Order Contract (SATOC) with a five-year performance period. This project is critical for addressing HVAC deficiencies identified in a recent Facility Conditions Assessment, ensuring the continued operation of the medical center while enhancing its infrastructure. Interested firms must submit their SF330 qualifications by 8:00 AM EST on January 12, 2026, and must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to be eligible for consideration, with an estimated construction cost ranging between $5,000,000.00 and $10,000,000.00. For further inquiries, contact Keith Hunter at keith.hunter@va.gov or call 757-315-2647.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    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.
    Facility Planning Services A-E IDIQ Sources Sought Notice
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses, including 8(a), HUBZone, Woman-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), for a potential Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services. The primary objective is to identify firms capable of providing a range of A-E services, including project planning documents and shore infrastructure master planning, for various Navy and Marine Corps installations across California, Arizona, Nevada, Colorado, New Mexico, and Utah, with a focus on Southern California. This contract, estimated at $30 million over five years, will require interested firms to submit their qualifications using the SF330 form by December 18, 2025, detailing relevant experience and key personnel, including an AICP certified planner and a Registered Architect. For further inquiries, interested parties may contact Britney Machado-Potestio at britney.l.machado-potestio.civ@us.navy.mil.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    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.
    EMERGENCY REPAIR A/C SYSTEM DCB BUILDING- FCC Victorville
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the emergency repair of the A/C system at the DCB Building within the Federal Correctional Complex in Victorville, California. The project involves removing the existing A/C system and replacing it with a new one, with an estimated contract value between $500,000 and $1,000,000, and a performance period of 324 calendar days from the notice to proceed. This opportunity is a total small business set-aside, requiring interested contractors to be registered in SAM.gov under NAICS code 238220, and to submit their bids electronically by February 3, 2026, at 11:00 AM PST. For further inquiries, contractors may contact Patrick Ford at pford@bop.gov.
    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.
    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.