Chiller Renovation for building C-915
ID: FA448624Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4486 765 ABS CONFAPO, AE, 09720, USA

NAICS

Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers (423730)

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    The Department of Defense, specifically the 765th Air Base Squadron, is seeking quotations for the renovation of the chiller system in building C-915, located in Praia da Vitoria, Azores, Portugal. This project aims to enhance facility operations by upgrading critical HVAC systems, following federal regulations under FAR Part 12, and is categorized as unrestricted procurement under NAICS code 423730. Interested contractors must submit their proposals by September 9, 2024, at 2:00 PM local time, and are encouraged to attend a site visit on September 2, 2024, to ensure accurate proposal assessments. For further inquiries, potential offerors can contact Pedro Mendes at pedro.mendes.pt@us.af.mil or Beatriz Cardoso at beatriz.cardoso.pt@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FA448624Q0017 consists primarily of clauses and regulations associated with government contracts and Requests for Proposals (RFPs). It outlines the legal requirements and obligations that contractors must adhere to, particularly concerning compensation for former Department of Defense (DoD) officials, whistleblower rights, and compliance with various prohibitions such as the acquisition of covered telecommunications equipment. Key provisions include the need for unique item identification upon delivery, referencing guidance for subcontracting practices and electronic payment processes through the Wide Area Workflow (WAWF) system. The document also covers contractor representational requirements related to business operations in sensitive regions, such as the Maduro regime and the Xinjiang Uyghur Autonomous Region, as well as certifications related to child labor and tax compliance for entities associated with government contracts. Overall, the document serves to ensure that contractors meet stringent regulatory standards and ethical obligations while executing federal contracts, thereby safeguarding government interests and promoting accountability in spending public funds.
    The document is a Justification and Approval (J&A) for Other Than Full and Open Competition concerning the procurement of Heating, Ventilation, and Air Conditioning (HVAC) chillers for the United States Air Force (USAF). The USAF seeks to standardize chiller purchases from a limited number of manufacturers to enhance efficiency, reduce costs, and improve maintainers' training effectiveness through a Class J&A that will cover expected purchases of 1,976 units at an estimated total cost of $370 million from FY 2019 to 2024. Utilizing a brand name procurement model aims to decrease redundancies in training, ultimately saving around $59.6 million in training and maintenance costs over five years. Market research indicated that while other manufacturers could meet requirements, they would not yield the same cost efficiencies. The document emphasizes that this acquisition strategy aligns with the National Defense Strategy by promoting cost-saving innovations in business practices. The contracting officer’s approval assures the accuracy of this justification process, facilitating more agile acquisition cycles and reducing downtime for air force equipment maintenance through increased expertise among in-house maintainers.
    The memorandum from the Air Force Civil Engineer Center (AFCEC) outlines the decision to standardize HVAC chiller systems to a single manufacturer for several installations. This directive stems from a policy memorandum mandating standardization across the Air Force to improve efficiency and performance. The approved manufacturers, including Carrier Corp. and Trane Inc., are designated for specific bases, such as Aviano AB and Ramstein AB. A comprehensive inventory analysis will be conducted every five years to assess the progress of standardization and determine if changes in manufacturers are necessary. If a base's Civil Engineer (BCE) finds a need to switch manufacturers, a new Memorandum of Request (MOR) and analysis will be required. The memorandum emphasizes the importance of this standardization effort and designates a point of contact for questions related to this initiative. This directive underscores the Air Force's commitment to operational consistency and cost-effectiveness in facility management.
    The 765th Air Base Squadron is issuing a request for quotation (RFQ) for the renovation of the chiller system in building C-915, located in Praia da Vitoria, Azores, Portugal. This combined synopsis/solicitation was published on August 29, 2024, outlining the proposal due date as September 9, 2024, at 2:00 PM local time, with a site visit scheduled for September 2, 2024. The acquisition follows federal regulations, specifically FAR Part 12, and is categorized as unrestricted procurement under NAICS code 423730. Offerors are required to submit quotes adhering to specific guidelines and include essential company information. Attachments provided detail necessary provisions, approvals, and considerations for the chiller renovation. Companies must be registered in the System for Award Management (SAM) to qualify for contract award, and contract financing will not be provided. The process is designed to ensure compliance with various federal acquisition regulations while emphasizing the importance of attending the site visit for accurate proposal assessment, as installation may involve construction work. The solicitation reflects the government’s intention to enhance facility operations through the upgrade of critical HVAC systems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DRAFT: REPLACE CHILLERS AND PUMPS, B2326 (DB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the replacement of chillers and pumps at facility B2326. This procurement aims to enhance the efficiency and reliability of the HVAC systems, which are critical for maintaining operational environments. The project falls under the NAICS code 238220, focusing on plumbing, heating, and air-conditioning contractors, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested parties should log in to https://piee.eb.mil and search for 'FA302024RM006' for further details, and can reach out to primary contact Lindsay Brown at lindsay.brown.10@us.af.mil or 940-676-4423 for inquiries.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.
    B18 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of a chiller at Joint Base Anacostia-Bolling in Washington, D.C. The contractor will be responsible for repairing leaks in Chiller 1, conducting routine maintenance, and ensuring proper cleanup after the work is completed, with a focus on maintaining cooling capabilities for 26 facilities. This contract is set aside for small businesses under NAICS Code 811310, with a completion period of 60 days from the notice to proceed. Interested parties must submit their quotes by September 25, 2024, following a site visit scheduled for September 19, and should direct inquiries to Melvin Spann at melvin.spann@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    Installation of Cooling-Only Split System, Barnes Building, Boston, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is soliciting bids for the installation of a cooling-only split HVAC system at the Barnes Building located in Boston, MA. The project requires contractors to provide all necessary materials, equipment, and labor to install a 24,000 BTU wall-mounted indoor unit and a corresponding outdoor unit in a designated IT closet, with a total project magnitude estimated between $25,000 and $100,000. This procurement is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal safety and environmental standards throughout the installation process. Interested vendors must ensure they have an active registration in SAM.gov and submit their proposals by the extended deadline of September 20, 2024, with inquiries directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump in accordance with the provided Statement of Work and specifications. This project is crucial for maintaining efficient climate control in training environments, ensuring operational readiness and comfort. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and are encouraged to attend a site visit on September 18, 2024, at 10:00 AM CDT. For further inquiries, contact A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@us.af.mil.
    J041--FY25: Operating Rooms Ventilation System Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform essential repairs on the ventilation systems of eight Operating Room (OR) Suites at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The contractor will be responsible for identifying and repairing 20% of existing air leakages in the ductwork, as well as conducting Testing, Adjusting, and Balancing (TAB) services to ensure compliance with HVAC design standards and improve air quality and system efficiency. This initiative is critical for maintaining high environmental control standards in healthcare settings, which is vital for patient safety and operational efficiency. Interested small businesses must submit their quotes electronically by September 26, 2024, with the contract period expected to run from October 7, 2024, to November 6, 2024. For further inquiries, contact Wilfredo Perez at wilfredo.perez3@va.gov or call 939-759-6783.
    J041--Cooling Towers Maintenance and Repairs Tiered Evaluations
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The procurement involves comprehensive preventive maintenance, inspections, and emergency repairs for twelve cooling tower units, ensuring operational efficiency and compliance with safety regulations. This initiative is crucial for maintaining the healthcare infrastructure that supports veterans, reflecting the government's commitment to high-quality service delivery. Interested vendors must submit their quotes by September 19, 2024, at 3:00 PM Atlantic Standard Time, and can direct inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.