B348 CDC Chiller
ID: FA302225R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement and upgrade of mechanical and plumbing systems at the Youth Center (Building 348) located at Columbus Air Force Base in Mississippi. The project entails the installation of a new Daikin chiller, air handler, associated piping, insulation, pumps, and electrical components, while retaining the existing boiler and water heater. This procurement is crucial for ensuring the facility's HVAC systems meet current operational standards and safety codes, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by June 10, 2025, and are encouraged to attend a site visit on May 12, 2025, for further insights into the project scope. For inquiries, contact Amn Eric C. Smith at eric.smith.185@us.af.mil or Daniel Stilts at daniel.stilts@us.af.mil.

    Files
    Title
    Posted
    The document outlines the requirements for a project titled "Replace Youth CTR Handler, Chiller, B348," scheduled to commence on February 27, 2025. It emphasizes the need for a comprehensive list of material submittals, including shop drawings, warranties, environmental reports, and detailed specifications for mechanical, civil, architectural, and electrical components. Each section highlights specific materials and documentation required at various stages, focusing on compliance with safety and environmental regulations, especially concerning hazardous materials. The project necessitates meticulous planning, including a construction phasing plan and ongoing weekly inspection reports. Special considerations such as airfield waivers and contractor qualifications, especially regarding asbestos handling, are also included. The use of a Hazardous Materials Usage Tracking Form is mandated for effective management of hazardous substances throughout the project, ensuring safety and regulatory adherence. This document serves as a critical roadmap for contractors and project managers involved in the execution of this federal undertaking, detailing necessary steps and compliance obligations to achieve successful project delivery.
    The document outlines the construction price proposal requirements for vendors participating in government contracts. It includes vital vendor information fields, such as name, address, and contact details, alongside solicitation specifics like project title and number. Key components of the proposal include bonding and insurance requirements, various design phases (from 35% to 100%), and a breakdown of costs related to mobilization, materials, equipment, labor, and miscellaneous charges. The document emphasizes the importance of submitting a well-supported and accurate cost proposal, as the responsibility lies with the offeror to prove the reasonableness of proposed pricing under the Federal Acquisition Regulation (FAR 15.403-4). It outlines the need for certified cost or pricing data to ensure compliance during the evaluation of proposals. This structure aids government personnel in assessing proposals effectively by providing comprehensive and current cost data, ultimately facilitating better decision-making in the procurement process. The overall objective is to ensure transparency and accountability in government contracting.
    The document outlines the guidelines for managing Controlled Unclassified Information (CUI) within the Department of Defense (DoD) framework. CUI refers to sensitive information created by the government or on its behalf that necessitates specific handling, protection, and dissemination controls. The document defines CUI, lists different types and levels, such as CUI Basic and CUI Specified, and clarifies access requirements, marking, and reporting violations. Key points include the 19 major DoD CUI indexes, which encompass critical areas such as defense, privacy, and critical infrastructure. It details the necessary markings for unclassified and classified documents containing CUI, emphasizing how to categorize and distribute such information appropriately. Moreover, it outlines measures for the protection, reproduction, destruction, and mailing of CUI, highlighting the importance of safeguarding this information from unauthorized disclosure. This document serves as a crucial reference for federal grants and RFPs, ensuring that defense contractors and governmental agencies adhere to standards that protect critical and sensitive information throughout various operations and collaborations.
    The project at Columbus Air Force Base (CAFB), identified as EEPZ248372, focuses on replacing the air handler and chiller for the Youth Center (B348). The contractor is to provide all necessary resources and equipment to upgrade the mechanical systems, specifically excluding the boiler and water heater. The project scope encompasses the installation of a new Daikin chiller, associated piping, insulation, pumps, and electrical components, alongside a complete recommissioning of the HVAC system. Detailed design and construction requirements specify the need for licensed professionals, adherence to various federal codes, and approval processes for design documents at multiple phases (35%, 65%, 95%, and 100% submissions). The work must maintain operational conditions in the facility while ensuring safety and compliance throughout the project duration. Furthermore, the contractor must manage inspections, meet performance capabilities, and maintain a quality control process. Key provisions include temporary HVAC solutions to keep the facility operational, the installation of new mechanical room doors, LED lighting, and insulation. Salvaged materials will be returned to the government, while the contractor is prohibited from utilizing government-furnished equipment. This project emphasizes comprehensive planning, safety standards, and effective communication among stakeholders to ensure successful implementation.
    The Columbus AFB Entry Authorization Listing (EAL) document outlines the procedures for granting access to individuals at the military installation. It is governed by the Privacy Act and helps Security Forces personnel manage visitor entry for scheduled events. The information collected includes visitor identification details, event specifics, and contact information for the event sponsor. This data is used to inform designated sponsors of arrival and ensure compliance with security protocols. Visitors must submit the EAL form at least three duty days before the event to the Security Forces, which can include specific entry points such as the East Gate or Vehicle Inspection Area. The document emphasizes that not providing complete information may result in entry denial and outlines the potential for sharing this information with law enforcement agencies for investigative purposes. The EAL is a critical component of maintaining security and monitoring visits to the installation while adhering to legal disclosure requirements.
    The document details responses to Contractor RFI's concerning Solicitation #FA302225R0002, focusing on a construction project at a facility. Key points include the stipulation that separate personnel must handle the roles of supervision and quality assurance, along with required contract-specific QA/QC plans. While the existing boiler and water heater are to be retained, certain components like fire alarm systems and fire water piping will not be replaced, despite nearing service life. The contractor is responsible for conducting detailed heat load analyses and ensuring new air handling units meet current codes, including outside air requirements. Temporary HVAC units are mandated to maintain comfortable temperatures during construction. Additionally, the documentation clarifies requirements for costs, design submissions, and past performance relevancy, indicating that experiences from projects valued over $500K will be considered. The solicitation emphasizes adherence to specific codes and standards, ensuring that work complies with current safety and operational guidelines, while addressing previous challenges. Overall, the responses guide contractors in submitting comprehensive and compliant proposals for facility upgrades.
    The memorandum from the Headquarters 14th Flying Training Wing addresses the safeguarding of Controlled Unclassified Information (CUI) for contractors at Columbus Air Force Base. It emphasizes the mandatory procedures required for contractors and subcontractors regarding the handling of CUI. Key requirements include completing DoD CUI training before gaining access to any CUI materials, confirming training via an acknowledgment memorandum, and notifying the Contracting Officer of any improper disclosures within 72 hours. It stresses compliance with relevant federal regulations, including FAR 4.19 and Executive Order 13556. The document serves to ensure all personnel handling CUI adhere to established safeguarding protocols to protect sensitive information efficiently. Overall, this memorandum reflects the Department of the Air Force's commitment to information security within the federal contracting framework.
    The document outlines a federal solicitation for a construction contract (FA302225R0002) to replace mechanical and plumbing systems at the Youth Center (Building 348) at Columbus Air Force Base, Mississippi. The project entails comprehensive upgrades, including the installation of a new chiller and air handler, replacement of associated piping, pumps, insulation, and electrical components, adhering to specific military standards and codes. The contractor is required to provide all necessary labor, materials, and equipment, beginning work within a stipulated timeframe and completing it in 210 calendar days. The solicitation specifies the process for submitting bids, including the necessity of performance and payment bonds, and emphasizes the importance of compliance with various federal regulations, including procurement rules like the Buy American Act. The document serves as a formal request for proposals from interested contractors aiming to secure government contracts, emphasizing structured bidding procedures and compliance with detailed technical requirements for successful project execution.
    The document details an amendment to a solicitation for a government contract, outlining specific changes and requirements. Key modifications include an extension of the solicitation due date from June 2, 2025, to June 10, 2025, and an adjustment of the past performance threshold from $1 million to $500,000. The selection process will utilize a Lowest Price Technically Acceptable (LPTA) method, assessing price, compliance with solicitation requirements, technical capability, and past performance. Contractors are required to acknowledge the amendment and submit their proposals while meeting all terms and conditions. The evaluation will consist of a comprehensive assessment of technical proposals against minimum requirements, as well as a detailed past performance evaluation focusing on recent and relevant projects. The document highlights that contractors must possess a valid registration in SAM.gov and encourages attendance at a site visit for transparency and understanding of the project scope. Overall, this document emphasizes the importance of clarity, compliance, and due diligence in the federal contracting process while making adjustments to enhance competition and facilitate contractor participation.
    The document presents the General Decision Number MS20250045 for prevailing wage rates applicable to building construction projects in select counties of Mississippi, effective January 31, 2025. It outlines the legal framework under the Davis-Bacon Act, mandating minimum wage rates for federal contracts. Contracts awarded on or after January 30, 2022, require a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, contingent upon contract terms. The document details specific classifications of labor, including electricians, ironworkers, plumbers, and carpenters, along with their respective wage rates and fringe benefits. It emphasizes contractors' obligations regarding worker protections, including paid sick leave under Executive Order 13706. Additionally, it outlines the appeals process for wage determinations, providing contact information for relevant Department of Labor divisions. This wage determination is crucial for compliance in federal grant-related projects and RFPs, ensuring fair compensation and protections for workers in the construction industry.
    Lifecycle
    Title
    Type
    B348 CDC Chiller
    Currently viewing
    Solicitation
    Similar Opportunities
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    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.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    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.
    Sollars ES HVAC Upgrades, Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is conducting market research for the "Sollars ES HVAC Upgrades" project at Misawa Air Base, Japan. This Design-Bid-Build (DBB) requirement aims to upgrade the existing heating system and add full cooling capabilities across five buildings, including extensive mechanical and electrical work, structural modifications, and site improvements. The project is significant for enhancing operational efficiency and comfort within the facilities, with an estimated contract value between ¥2,500,000,000 and ¥10,000,000,000. Interested local firms must respond by December 18, 2025, and are encouraged to contact Ryan Marzetta or Jennifer Knutson for further details.
    Z2DA--Replace Auxiliary Chiller
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Replace Chillers, B4335
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    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.
    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.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    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.