PKAA BLD 248 HVAC
ID: FA461325CXXXXXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking responses from interested contractors for the PKAA BLD 248 HVAC project at F.E. Warren Air Force Base in Wyoming. This opportunity is a Sources Sought notice aimed at gathering information regarding potential contractors' capabilities to replace HVAC systems in Building 248, ensuring compliance with applicable codes, environmental standards, and historical preservation requirements. The project involves significant renovations, including the installation of new fan coil units and unit heaters, while maintaining HVAC service during the replacement process to minimize disruption. Interested parties must submit their responses to specific questions by April 23, 2025, at 9 AM MDT, to the primary contacts Andrea McCurry and Arthur W. Makekau via the provided email addresses.

    Files
    Title
    Posted
    The document outlines specifications for a BACnet Direct Digital Control (DDC) system for HVAC at F.E. Warren Air Force Base. It requires the implementation of new systems that are web-accessible and compliant with ASHRAE 135 BACnet standards, without unnecessary gateways. The design components include a control system drawing set with a title sheet, point schedules, component lists, and schematics, along with detailed system installation procedures to ensure quality and maintainability. Key requirements emphasize the use of standard manufacturer's products, detailed installation instructions, and quality assurance measures throughout the project's lifecycle. Specific criteria for components like direct digital controllers, sensors, and output hardware are delineated, ensuring operational reliability and environmental resistance. Additional parameters for alarms, trending, and diagnostics reinforce the system’s functionality and integration. The purpose of this document is to guide contractors in delivering a robust, compliant digital control system that enhances HVAC performance and aligns with federal standards, thus facilitating energy efficiency and operational effectiveness at the base.
    The document outlines the base standard equipment specifications for various systems at FE Warren Air Force Base. It covers essential categories including HVAC, EMCS, plumbing, electrical systems, fire alarms, and structural components. Each category details the manufacturer, model, and specifications required for implementation. For HVAC, it specifies chillers, boilers, and air conditioning units, emphasizing the use of Trane and Advanced Thermal Hydronics equipment. The EMCS section mandates using Automated Logic controls and provides details about variable frequency drives from Toshiba. Plumbing requirements include various fixtures and adherence to ADA compliance. Electrical specifications dictate the use of LED fixtures and compliance with UFC guidelines. Generators and transfer switches from Onan are stipulated for power backup systems. The fire alarm system is standardized to Monaco Enterprises components, ensuring compliance with safety standards. This documentation serves as a guide for contractors and government entities engaged in fulfilling RFPs or grants by ensuring all installations meet predefined standards vital for operational effectiveness and safety at the facility. Overall, it illustrates a comprehensive framework designed to uphold operational integrity and regulatory compliance at military installations.
    The Telecommunications Installation Criteria (TIC) handbook outlines procedures and standards for the installation of communication systems at F.E. Warren Air Force Base and related facilities. It serves as a guideline for base agencies and contractors, ensuring that telecommunications infrastructure is designed, reviewed, and implemented according to specified minimum standards. The handbook emphasizes compliance with relevant Department of Defense regulations and commercial standards, facilitating maintenance and promoting uniformity. Key elements include minimum standards for fiber optic and copper connections, comprehensive guidelines for building communication distributions systems, and processes for testing, documentation, and inspections. It delineates specific requirements for conduits, communications equipment rooms, and installation procedures, emphasizing adherence to safety codes and environmental controls. The document also includes details on labeling, color-coding, and grounding practices necessary for effective telecommunications infrastructure. The TIC handbook plays a crucial role in government requests for proposals and grants regarding infrastructure projects, ensuring that installations meet both functional and regulatory expectations while optimizing efficiency and future expansion.
    The document outlines the general requirements for contracts associated with construction projects, specifically managed by the 90th Civil Engineer Squadron. Key roles such as the technical representative and responsibilities related to submittals, approvals, and compliance with industry standards are detailed. Contractors must follow strict guidelines for safety, quality control, environmental protection, and handling hazardous materials. Required documentation includes as-built drawings, operational manuals, and progress reports, which must be submitted electronically and in hard copy. The contractor is tasked with ensuring that their work adheres to all applicable federal, state, and local regulations, including those related to permits, utility accesses, and safety measures. Emphasis is placed on maintaining communication with the contracting officer and other stakeholders to effectively coordinate work operations and avoid conflicts. The document serves as a framework for ensuring responsible management and successful execution of construction projects under government contracts, highlighting the importance of compliance, safety, and environmental stewardship.
    The document outlines the Statement of Work (SOW) for the Repair Dormitory HVAC Project at F.E. Warren AFB, Wyoming. Its objective is to replace HVAC systems in Building 248, adhering to applicable codes, facility standards, and environmental mandates. The contractor must provide all necessary labor, materials, and equipment, focusing on maintaining adequate HVAC service during the replacement process to minimize disruption. Key project components include the installation of new fan coil units, unit heaters, and associated piping, ensuring compliance with energy conservation standards, including the use of Energy Star products. The scope mandates thorough safety and environmental protocols, addressing hazardous materials like asbestos and lead paint, and requiring coordination with the Wyoming State Historic Preservation Office due to the building's status as a historic landmark. The work schedule extends over 335 days, with specific work hours and safety requirements outlined to ensure minimal impact on residents and public areas. Overall, the document emphasizes the importance of project coordination, environmental responsibility, and compliance with historical preservation standards while addressing essential renovations to improve building HVAC systems.
    Lifecycle
    Title
    Type
    PKAA BLD 248 HVAC
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    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 Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    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.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    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.