Construction-AUTEC HVAC Installation and Maintenance/Repair Project
ID: N66604-25-Q-0599Type: 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

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a total small business set-aside contract. The project involves comprehensive HVAC support services, including preventive maintenance and repair for Navy-owned HVAC and cooling equipment at the facility in West Palm Beach, Florida. This contract is crucial for ensuring the operational efficiency and safety of HVAC systems, which are vital for maintaining environmental control in military facilities. Proposals are due by December 10, 2025, at 2:00 PM EST, and interested parties must be registered in SAM.gov and provide a bid guarantee. For further inquiries, contact Zachary Silveira at zachary.g.silveira.civ@us.navy.mil or Michael N. Ouellette at Michael.n.ouellette.civ@us.navy.mil.

    Files
    Title
    Posted
    The General Decision Number FL20250002 outlines prevailing wage rates for heavy dredging construction projects throughout Florida, excluding areas west of the Aucilla River. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, with annual adjustments. The document categorizes dredging classifications (e.g., Deck Captain, Leverman, Crane Operator, Welder) with corresponding hourly rates and fringe benefits, including holiday pay and vacation contributions. It also specifies premium pay for hazardous material work and incentive pay for various licenses and certifications. Information on the appeals process for wage determinations is provided, including contact details for the Wage and Hour Division of the U.S. Department of Labor.
    The provided document is a placeholder message indicating that the PDF viewer may not be able to display its contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This message is typical for government files, such as RFPs or grant documents, where the actual content is embedded in a format that requires a specific viewer, ensuring accessibility for all users.
    The provided government file, likely an RFP or grant-related document, is a placeholder message indicating that the proper contents could not be displayed. It suggests that the user's PDF viewer may be unable to render the document type and advises upgrading to the latest version of Adobe Reader. The message also provides links for downloading Adobe Reader and seeking further assistance. It includes trademark information for Windows, Mac, and Linux. The main purpose of this file is to inform the user about a display error and guide them on how to resolve it to view the intended document.
    This government Statement of Work (SOW) outlines the requirements for Heating, Ventilation, and Air Conditioning (HVAC) support services at the Naval Undersea Warfare Center Detachment Atlantic Undersea Test and Evaluation Center (NUWCDETAUTEC) facility in West Palm Beach, FL. The contractor will provide all labor, management, tools, and supplies for quarterly preventive maintenance and repair services for NAVY-owned HVAC and cooling equipment. Key responsibilities include maintaining an equipment inventory, identifying equipment in the field, conducting pre-existing condition surveys, managing consumable inventory, and developing an emergency plan. The SOW details technical requirements for repairs, work coordination, site cleanliness, and adherence to various codes and standards. It also specifies work order procedures, including response times and cost documentation. Critical sections cover preventive maintenance specifics, contractor personnel requirements, security clearances, language proficiency, employee suitability, and technical qualifications for HVAC technicians. Safety management, including a site-specific safety and health plan, fall protection, lock-out/tag-out procedures, and accident reporting, is emphasized. Environmental management focuses on refrigerant handling, testing, and reporting in compliance with EPA regulations. The contractor must provide various reports, and all generated documents become government property. The government will conduct quality surveillance based on technical quality, schedule, management, and regulatory compliance.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) seeks a contractor for comprehensive HVAC support services at its West Palm Beach, FL facility. The contract, PID # N66604-25-RFPREQ-NPT-70-0060, requires preventive maintenance and repair for Navy-owned HVAC and cooling equipment, including air handling systems, pumps, motors, and control systems. The contractor must maintain equipment inventory, conduct pre-existing conditions surveys, provide consumable inventory, and develop an emergency plan. Services include scheduled maintenance, urgent, and emergency repairs with specific response times and cost documentation. Adherence to industry standards like ASHRAE, NFPA, and OSHA, along with strict safety, security, and environmental regulations, including refrigerant management and personnel clearances, is mandatory. The contractor must provide qualified, licensed technicians and maintain detailed records and reports for government oversight.
    The contract N66604-25-SIMACQ-NPT-70-0060, for AUTEC WPB HVAC Maintenance, outlines various data deliverables required from the contractor. These include an annual HVAC Equipment Inventory, due 30 days after contract award, and annually thereafter, requiring verification of existing equipment and adding new findings. The contractor must also provide technical reports for equipment identification and a pre-existing conditions survey within 60 and 90 days, respectively. Financial documentation for repair work, including labor and material costs, is required within 30 business days of completion. A Preventative Maintenance Plan is due as part of the proposal and updated annually. Monthly Preventive Maintenance Reports and Service Call Reports are also mandated, along with an annual Service Call Historical Spreadsheet for trend analysis. All submissions are to be electronic (Microsoft/Adobe) and hard copies, distributed to the Code 7032 TPOC, C70 WAWF Acceptor, and Contracting Officer. Additionally, an Emergency Plan is required within 30 days of contract award and updated annually. All data items are subject to strict distribution controls for Department of Defense and U.S. DOD Contractors only due to critical technology warnings.
    Amendment 0002 to Solicitation N6660425Q0599 extends the proposal deadline for the AUTEC HVAC Installation and Maintenance/Repair Project to November 7, 2025, at 2:00 PM EST. The project, a 100% small business set-aside with a magnitude between $25,000 and $100,000, requires offerors to be SAM registered and submit a bid guarantee. Technical information is mandatory, with non-submission risking exclusion from consideration. A site visit is scheduled for September 3, 2025. The amendment also outlines requirements for contractors to provide monthly usage reports for air quality and EPCRA regulated activities, including hazardous materials and portable generator fuel, to comply with environmental regulations.
    This amendment to solicitation N6660425Q0599-0003, effective November 4, 2025, extends the proposal deadline to November 14, 2025, at 2:00 PM. Key changes include modifications to general information, an updated description for CLIN 0004 (now focusing on non-urgent work order repairs), and revised contractor requirements for on-site performance, including training and safety protocols. The Statement of Work (Attachment 7) for CLIN 0003 has been updated, and instructions for offerors have been modified, detailing proposal submission requirements, evaluation factors (Pass/Fail, Technical Capability, Past Performance, and Price), and specific certifications. The solicitation is a 100% Small Business set-aside for HVAC replacement and routine preventive maintenance.
    Amendment 0004 for solicitation N6660425Q0599 extends the proposal deadline for the AUTEC HVAC Installation and Maintenance/Repair Project to December 10, 2025, at 2:00 PM EST. It also schedules a mandatory site visit for December 1, 2025, at 10:00 AM EST, at 801 Clematis Street, West Palm Beach, FL. Attendees must pre-register via email and have an approved Visit Request through the Defense Information System for Security (DISS) or by submitting a company letterhead request. The amendment specifies rules for the unclassified site visit, including no questions during the tour and a prohibition on cameras. All other solicitation terms remain unchanged, and offerors must be SAM registered and provide a bid guarantee, with the requirement being 100% small business set aside.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is seeking proposals for the AUTEC HVAC Installation and Maintenance/Repair Project, a 100% small business set-aside with a magnitude between $25,000 and $100,000. Proposals are due by September 22, 2025, at 2:00 PM EST, requiring technical information and SAM registration. A mandatory bid guarantee is also required. A site visit is scheduled for September 3, 2025, at 1:00 PM EST in West Palm Beach, FL, requiring pre-registration and an approved Visit Authorization Request (VAR). The project involves HVAC replacement, routine preventative maintenance, and repair work orders. Contractors must comply with strict safety regulations, including accident reporting, on-site safety requirements, and minimum insurance coverage. Electronic payments will be processed through Wide Area Workflow (WAWF). The contractor is responsible for providing hazardous material usage and generator fuel tracking reports monthly. Detailed contact information for government personnel is provided, and specific clauses regarding contract administration, hours of operation, and special requirements are outlined. Offers must allow 60 calendar days for government acceptance.
    This document is Amendment 0001 to Solicitation N6660425Q0599, issued by the Naval Undersea Warfare Center Division, Newport. The amendment modifies the original solicitation by replacing 'Attachment 8 HVAC inventory and photos (CLIN 0003)' with a revised version, 'HVAC inventory and Photos (CLIN 0003) REV 1,' which now includes 62 pages of photos. Additionally, the amendment emphasizes contractor compliance with environmental regulations, requiring monthly usage reports for air quality and EPCRA-regulated activities, including hazardous materials and portable generator fuel. Contractors must submit these reports, along with Safety Data Sheets, to Environmental by the 10th of the following month. The solicitation is a DO-C2 rated order under the Defense Priorities and Allocations System.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    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.
    LC3601 SHIELDS HALL UEH, REPLACE HVAC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting bids for the replacement of HVAC systems at Shields Hall, located at JEB Little Creek-Fort Story in Virginia Beach, VA. The project requires contractors to provide all necessary supervision, labor, materials, and equipment to replace existing HVAC equipment, conduct HVAC testing and balancing, and perform electrical modifications along with related incidental work. This procurement is critical for maintaining operational efficiency and comfort within the facility. Only contractors part of the MACC ML-C00083 are eligible to bid, and interested parties should contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or 757-462-1023 for further details, or Katherine Dinneen at katherine.l.dinneen.civ@us.navy.mil or 757-462-5347 for additional inquiries.
    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.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.
    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.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    Plumbing and Heating
    Buyer not available
    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).
    Air-Conditioning
    Buyer not available
    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.