West Palm Beach- Routine HVAC Maintenance
ID: N6660425Q0156Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for routine HVAC maintenance and repair services at its facility in West Palm Beach, Florida. The procurement aims to secure comprehensive preventive maintenance and repair services for HVAC and cooling systems, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is set aside for small businesses under NAICS code 238220, with a size standard of $19 million, and will be awarded based on the Lowest Price, Technically Acceptable evaluation methodology. Interested parties must submit their proposals electronically by July 15, 2025, and can contact Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil or 401-832-5568 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines the submission requirements for proposals related to HVAC services for a contract period of June 1, 2025, to June 1, 2026. Aimed exclusively at small businesses, the proposal must be submitted electronically and adhere to specific formatting guidelines. Offerors are required to demonstrate their qualification and understanding of the project through detailed information across various sections, including administrative details, technical approach, past performance, and pricing. Proposals should cover several factors, particularly the offeror's experience and capability to fulfill the Statement of Work (SOW) and provide a comprehensive technical solution. A pass/fail evaluation will be based on mandatory licenses and certifications that employees must possess. The cost/price volume should include proposals for routine preventative maintenance and hourly rates for HVAC technicians. The document emphasizes the importance of clear, detailed submissions to allow for accurate government assessment of capabilities and compliance with the solicitation requirements, which may exclude those lacking essential documentation or clarity. Overall, the purpose is to procure reputable, qualified HVAC services while ensuring adherence to strict regulatory standards and competitive pricing.
    This government solicitation outlines the evaluation factors for awarding a single contract based on the lowest priced technically acceptable offer. The evaluation process includes pass/fail criteria where offerors must demonstrate compliance with specific licensing requirements like state driver’s and HVAC licenses. Additionally, technical capability is assessed through two main subfactors: experience and an understanding of the project requirements. Offerors must provide evidence of prior relevant projects and articulate a clear technical solution within required timelines. Past performance evaluations rely on records from systems such as CPARS and FAPIIS to gauge the likelihood of successful project completion. Finally, proposed prices will be analyzed based on a standard methodology, focusing on the proposed hourly rates for HVAC technicians multiplied by the estimated yearly hours needed, forming the Total Evaluated Price. This structured process aims to ensure the selection of a qualified contractor for HVAC services while adhering to federal acquisition regulations.
    This document outlines instructions for offerors submitting proposals for a government contract set to occur from July 1, 2025, to July 1, 2026. It is designated as a 100% Small Business set aside, and the procurement falls under Product Service Cost (PSC) category J041. Proposals must be submitted electronically to Michael Ouellette, who serves as the point of contact. Offerors must adhere to specific formatting requirements and submit their proposals in defined volumes. Key components include an administrative section, pass/fail requirements focusing on licenses and certifications, a detailed technical approach, and past performance references. Additionally, offerors must provide cost estimates for routine preventive maintenance and HVAC technician rates for various contract years. Importantly, proposals should not include classified information and must address all solicitation requirements comprehensively. This solicitation emphasizes the government’s commitment to achieving high standards through detailed evaluation criteria for technical capabilities and past performance to ensure effective contract performance.
    The Naval Undersea Warfare Center Division in Newport (NUWCDIVNPT) is soliciting proposals for a contract aimed at providing comprehensive preventive maintenance and repair services for HVAC and cooling equipment at the NUWCDETAUTEC facility in West Palm Beach, FL. This solicitation is exclusively set aside for small businesses, with a size standard of $19 million, under NAICS Code 238220. The contract will be awarded on a Firm Fixed Price basis, with various tasks outlined: periodic routine preventive maintenance, emergency work, and urgency-related repairs. The proposal requires contractors to comply with specific federal regulations including FAR and DFARS clauses regarding telecommunications, federal liability, and delivery of services. Registration with the System for Award Management (SAM) is necessary for bid submission, ensuring eligibility for award. Formal quotes must be submitted electronically by April 18, 2025, detailing pricing and delivery terms. The Gov's intention is to award to the responsible offeror based on the lowest price that also meets technical acceptance criteria. This initiative reflects government efforts to maintain and ensure efficiency in facility operations through vigilant HVAC management.
    The document pertains to Amendment 0001 of a solicitation (N6660425Q0156) for preventive maintenance and repair services of HVAC and cooling equipment at the Naval Undersea Warfare Center Division, Newport, located in West Palm Beach, FL. It addresses several requests for information (RFIs) regarding the procurement process, site visits, and installation of units, clarifying no site visit is available and a separate construction requirement will cover unit replacement. The solicitation is set aside for small businesses under the NAICS Code 238220, with a size standard of $19 million. Proposals will utilize a Firm Fixed Price (FFP) model, with specific work order response times defined for emergencies and routine requests. Award criteria follow a Lowest Price, Technically Acceptable structure, requiring registration in the System for Award Management (SAM). Quotes are due by April 18, 2025, with accompanying documentation for the proposal outlined in attachments, including the Statement of Work, instructions for offerors, and evaluation factors. The document concludes by listing applicable FAR and DFARS clauses, emphasizing compliance with regulations and required information for submission.
    The amendment to solicitation N6660425Q0156 aims to extend the submission deadline to April 25, 2025, at 2:00 PM EST for a project focused on providing preventive maintenance and repair services for HVAC and cooling systems at the Naval Undersea Warfare Center Division, Newport facility in West Palm Beach, FL. This requirement is restricted to small businesses, classified under NAICS code 238220, with a size standard of $19 million. The project includes various contract line item numbers (CLINs) for routine maintenance and emergency services. Offerors must submit proposals electronically to the designated contact and demonstrate technical acceptability based on specified criteria. The award will be based on the Lowest Price, Technically Acceptable methodology under a Firm Fixed Price basis. Key regulations and clauses apply, including FAR and DFARS provisions focusing on telecommunications, representations, and conditions relevant to government contracting. Active registration with the System for Award Management (SAM) is required, and submissions must adhere to the specified format and timelines to qualify for consideration.
    The document pertains to Amendment 0003 of the solicitation N6660425Q0156, which extends the due date for bids on Preventive Maintenance and Repair Services for HVAC and cooling equipment at the Naval Undersea Warfare Center Division in West Palm Beach, FL, to May 2, 2025, at 2:00 PM EST. This is a 100% small business set-aside opportunity under NAICS code 238220, with a small business size standard of $19,000,000. The government plans to award a firm-fixed-price contract based on the lowest price that meets technical acceptability criteria. The solicitation includes various line items for routine maintenance, option services, and work orders with specific criteria for submission, including the requirement for registration in the System for Award Management (SAM). Offerors must provide comprehensive quotes electronically to the designated contact by the deadline, encompassing methodologies for service delivery, pricing, and relevant company information. Applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are cited, ensuring compliance and protection of sensitive information. The document serves as a guide for eligible small businesses to participate in a federal contract opportunity, emphasizing the importance of adherence to regulatory standards throughout the procurement process.
    The document is an amendment (0004) to a federal solicitation (N6660425Q0156) by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) for HVAC maintenance services at the NUWCDETAUTEC facility in West Palm Beach, Florida. The amendment extends the proposal deadline to May 20, 2025, at 2:00 PM EST and establishes a one-year period of performance, eliminating previously requested option periods. The solicitation is set aside for 100% small business participation, following the NAICS Code 238220, with a size standard of $19 million. The contractor will be required to provide preventive maintenance and repair services for HVAC equipment under a Firm Fixed Price contract. A single award will be made based on the Lowest Price, Technically Acceptable evaluation method. Quotations must be submitted electronically and include specific information, such as pricing and delivery terms, valid for a minimum of 60 days. Relevant Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are detailed in the document, along with information on SAM registration requirements prior to the award. The document emphasizes compliance and the importance of adhering to submission deadlines to ensure consideration for the contract.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) issued Amendment 0005 to solicitation N6660425Q0156, removing the small business set-aside and extending the proposal due date to June 20, 2025. This full and open competition seeks a contractor for firm fixed price preventive maintenance and repair services for HVAC and cooling equipment at the NUWCDETAUTEC facility in West Palm Beach, FL, with specific requirements for routine maintenance and work orders. Critical clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) apply, including representations on telecommunications and tax compliance, cybersecurity measures, and unique item identification for deliverables valued at $5,000 or more. Effective registration with the System for Award Management (SAM) is mandatory before award. The government intends to award a single contract to the lowest-priced, technically acceptable offeror. Responses must include detailed pricing, contact information, and be submitted electronically by the specified deadline. The document contains additional attachments providing essential detailed instructions and background on the contracting requirements.
    The document outlines Amendment 0006 for Request for Proposals (RFP) N6660425Q0156 issued by the Naval Undersea Warfare Center (NUWCDIVNPT) for HVAC preventive maintenance and repair services at the West Palm Beach, FL facility. The primary change is an extension of the proposal submission deadline to July 15, 2025. The solicitation is set for full and open competition, specifically targeting small businesses, with a NAICS code of 238220. The contractor will be responsible for all labor and materials required for routine preventive maintenance on a firm fixed price basis. Key requirements include strict adherence to specific FAR and DFARS clauses, registration in the System for Award Management (SAM), and proof of required licenses for HVAC technicians. Proposals must address technical capability, past performance references, and overall pricing structure while meeting submission formatting criteria. Evaluation will be based on a lowest price, technically acceptable basis, assessing both technical capabilities and past performance to ensure the offeror’s qualifications align with the tasks outlined in the Statement of Work. Proposals must be submitted electronically, with clear identification and adherence to detailed formatting instructions, and will be evaluated for overall comprehensive execution of the project scope.
    Lifecycle
    Title
    Type
    AUTEC HVAC MAINTENANCE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of the HVAC system at Shields Hall (Building 3601) located at JEB Little Creek-Fort Story in Virginia Beach, Virginia. The project involves removing the existing VRF system and installing a new four-pipe HVAC system with an air-cooled chiller, along with necessary electrical modifications and related work. This procurement is part of a larger Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) aimed at general construction in the Hampton Roads area, with an estimated contract value between $10 million and $25 million. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested contractors must acknowledge amendments to the solicitation and participate in a mandatory site visit scheduled for November 20, 2025. For further inquiries, contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.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.
    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.
    Air-Conditioning
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    Plumbing and Heating
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for plumbing and heating services in support of various naval operations. The procurement aims to facilitate the expeditious acquisition of commercial items related to plumbing, heating, and air-conditioning, with a focus on maintaining operational readiness for Aircraft Launch and Recovery Equipment and other support systems. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, with the subject line referencing the solicitation number N6833525Q0321. The BPAs will have a master dollar limit of $4,999,999 over five years, with individual calls not exceeding $250,000, and payments will be processed through Government Credit Cards or Wide Area Workflow (WAWF).
    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.
    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.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.