AMENDMENT 01 B120Server Room CRAC Units & B429 Repair HVAC Controls
ID: W91QF425BA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEAVENWORTHFORT LEAVENWORTH, KS, 66027-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and installation of HVAC systems at Fort Leavenworth, Kansas, under the project titled "AMENDMENT 01 B120 Server Room CRAC Units & B429 Repair HVAC Controls." The project involves demolishing existing HVAC units in Building 120 and replacing them with new dual cooling computer room units, as well as updating the HVAC control system in Building 429 to the current Automated Logic control system. This procurement is crucial for maintaining operational efficiency and ensuring compliance with safety and environmental standards in military facilities. Interested contractors should contact Felipe D. Zaragoza at felipe.d.zaragoza.civ@army.mil or Jennifer S. Walker at jennifer.s.walker12.civ@army.mil for further details, with the estimated project cost ranging between $500,000 and $1,000,000 and specific deadlines for proposal submissions outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) for a construction project at Fort Leavenworth, KS, specifically focusing on the installation of HVAC systems in facilities B120 and B429. This RFP is designated exclusively for small businesses and encompasses performance and payment bond requirements with a project cost estimated between $500,000 and $1,000,000. Key tasks include demolishing existing HVAC units, installing new dual cooling units, and updating control systems. Bidders must submit sealed offers by a specified deadline and adhere to requirements regarding bid guarantees and acknowledgment of amendments. Important provisions regarding labor standards, safety, and environmental compliance are also included, highlighting the contractor's responsibilities to meet federal, state, and local regulations related to occupational safety and hazardous waste disposal. The RFP emphasizes the need for contractor quality control, a preconstruction conference, and adherence to installation security protocols. There are also detailed guidelines for invoicing and payment through the Wide Area Workflow system. Overall, this solicitation represents a structured approach to ensure compliance and successful project execution, demonstrating the federal government's commitment to engaging small businesses in federal contracts.
    The document is an extensive and complex file likely intended for federal, state, or local government RFPs, grants, or related procedures. It primarily focuses on the systematic development or assessment requirements necessary for compliance with regulatory standards during project proposals. Key topics include operational guidelines for applying, reviewing, and executing grant funds or contracts, emphasizing the necessity of adherence to safety standards, environmental impacts, and community welfare. The file outlines the essential criteria for proposals, including criteria for evaluations, potential funding receipt, and the roles of agencies involved in oversight and administration. It underscores the importance of meticulous planning, project management, and the documentation process in ensuring successful applications. The structure of the document appears to facilitate a clear delineation of expectations for applicants, the responsibilities of government entities, and the importance of transparency and compliance throughout the lifecycle of funded programs. Overall, the document reflects the government's commitment to supporting initiatives that align with public interest and fund allocation efficiency while promoting regulatory adherence and fiscal accountability.
    The document outlines a series of funding opportunities through federal and state RFPs (Requests for Proposals), grants, and relevant initiatives aimed at addressing various community needs. It emphasizes the importance of collaborative efforts in public service projects, specifically focusing on enhancing infrastructure, public health, education, and sustainability initiatives across local jurisdictions. The structured approach includes guidelines for applicants, detailing eligibility criteria, funding amounts, and timelines for submission. Additionally, the document highlights the necessity of compliance with federal regulations and local policies, supporting transparency and accountability in the use of public funds. Emphasis is placed on delivering comprehensive solutions that not only meet immediate needs but also promote long-term benefits for communities. The overarching goal is to leverage federal support to foster local development and resilience, ensuring that awarded projects align with broader governmental priorities and objectives.
    Lifecycle
    Similar Opportunities
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    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.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    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, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    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.
    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.
    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.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.
    J035--Bldg. 1A HVAC Controls Replacement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, intends to award a sole-source contract to Siemens Industry, Inc. for the replacement of failed Delta HVAC control components at the White River Junction VA Healthcare System. This procurement is necessitated by a catastrophic failure of the existing controls, which has left the radiology department without HVAC management, highlighting the critical need for reliable heating, ventilation, and air conditioning systems in healthcare settings. Siemens is uniquely qualified to fulfill this requirement as the failed components are part of a proprietary building management system, and only Siemens-trained technicians are authorized to service it. Interested parties who believe they can meet the requirements must submit their capabilities in writing by December 12, 2025, at 5:00 PM EST to Kenya Mitchell at kenya.mitchell1@va.gov, as the government will assess responses to determine the viability of competitive procedures.
    CRAC Maintenance and Repair Service Offutt AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Computer Room Air Conditioning (CRAC) Maintenance and Repair Services at Offutt Air Force Base in Nebraska. The procurement aims to ensure the efficient operation, maintenance, and repair of CRAC units for the 55th Civil Engineering Squadron, the 557th Weather Wing, and various tenant units, emphasizing compliance with federal, state, and local regulations. This service is critical for maintaining optimal environmental conditions in computer rooms, which are essential for mission-critical operations. Interested vendors must submit their proposals by December 29, 2025, with a site visit scheduled for December 15, 2025, and all inquiries due by December 18, 2025. For further information, contact Mr. Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475, or 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 402-232-1449.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.