HVAC System Smithfield, PA
ID: W15QKN-24-R-5073Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is soliciting proposals from small businesses for the construction of a new HVAC system at the Smithfield USARC in Pennsylvania. The project involves the removal of existing variable refrigerant flow systems and the installation of mini-split ductless systems, with a performance period of 160 calendar days following the notice to proceed. This initiative is crucial for maintaining efficient and safe operational environments at military installations, with an estimated project cost ranging between $1,000,000 and $5,000,000. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by 2:00 PM EST on September 16, 2024, and can contact Timothy McCleary or Sharon Wilson-Emmons for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the cost estimate framework for labor, equipment, and materials for government-related projects, specifically in context of federal and local Requests for Proposals (RFPs) and grants. The file emphasizes labor breakdown in man-hours, detailing unit costs for different labor categories, equipment, and materials involved in the project. Each section provides a systematic way to compute total costs based on labor hours, equipment utilization, and material expenses. It specifies that labor cost is derived from multiplying unit cost by total hours worked, thus presenting a clear formula for cost calculation. Additionally, there’s mention of bonding requirements if applicable, which indicates a need for financial assurance in contractual agreements. The overall purpose of the document is to ensure clarity and transparency in project budgeting, allowing for detailed financial accountability in government contracting processes, aligning with standard practices for evaluating RFP submissions.
    The government file details mechanical systems for the Army Reserve Center project in Uniontown, Pennsylvania. It includes specifications for medical air and gas systems, piping types, mechanical rooms, and equipment installation. Key components listed are various valves (like check, globe, and butterfly valves), air dampers, and heating, ventilation, and air conditioning (HVAC) equipment such as air handling units (AHUs). The document outlines numerous abbreviations and symbols used in the projects, alongside mechanical notes for installation and structure, emphasizing safety and compliance with engineering standards. Detailed drawings illustrate mechanical sections, piping layouts, and assembly instructions for the contractors, emphasizing the importance of proper installation to enhance efficiency and safety. Additionally, guidelines for HVAC elements and fire dampers are provided, ensuring that the installations meet local and federal regulations. Overall, the file serves as a comprehensive technical guide for contractors involved in the renovation project and illustrates the Army Corps of Engineers’ commitment to delivering a well-functioning military facility that adheres to safety standards.
    The document outlines wage determinations for building construction projects in Fayette County, Pennsylvania, specifically under the Davis-Bacon Act, which mandates minimum wage requirements for federal contracts. It distinguishes between contracts under Executive Orders 14026 and 13658, establishing differing minimum wage rates based on contract initiation dates. Contractors must adhere to these wage stipulations, which are subject to annual adjustments. The report presents a comprehensive list of classifications, wage rates, and fringe benefits for various labor trades, including laborers, electricians, plumbers, and more, designated by union identifiers or survey rates. It also explains the appeals process for wage determinations, detailing steps for interested parties seeking reconsideration or appeal. This document plays a critical role in ensuring fair labor standards and protections for workers engaged in federally funded construction projects.
    The document outlines the specifications for a contract to upgrade the HVAC system at the Smithfield USARC in Pennsylvania. The project's focus is to remove existing variable refrigerant flow systems and install mini-split ductless systems, ensuring a fully operational HVAC control system upon completion. Contractors must comply with various requirements, including quality control, safety protocols, environmental regulations, and waste disposal guidelines. The project will last for 160 days, necessitating coordination with government entities and adherence to specific working hours. Moreover, contractors are responsible for managing their employees' conduct and maintaining security measures on-site. The document emphasizes the importance of thorough documentation and certifications for compliance with relevant regulations, including the handling of hazardous materials. Overall, this initiative reflects the government's commitment to maintaining efficient and safe operational environments in military installations.
    The U.S. Army Contracting Command - New Jersey is seeking proposals from small businesses for a construction project to install a Heating, Ventilating, and Air Conditioning (HVAC) system at the Smithfield USARC in Pennsylvania. The North American Industry Classification System (NAICS) code for this project is 236220, with a size standard of $45,000,000. The estimated cost of the project ranges between $1,000,000 and $5,000,000, with a required performance period of 160 calendar days following the notice to proceed. Contractors must provide a complete technical proposal detailing their approach, including any subcontractors involved, and submit a detailed price proposal by 2:00 PM EST on September 16, 2024. Site visits are encouraged for prospective bidders on specified dates. The government will award the contract based on responsiveness and lowest price, adhering to federal acquisition regulations. All offers must meet the stated requirements, including performance bonds and necessary insurance certifications. This solicitation emphasizes the government's commitment to engaging small businesses while ensuring transparency and compliance with federal contracting standards.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    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.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    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.
    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.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.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.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.