TRANE and Carrier HVAC systems
ID: FA480924Q0063Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSBs) for the procurement of TRANE HVAC systems for five buildings at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The requirement includes brand name TRANE HVAC equipment, with specific amendments detailing updates to model numbers and technical specifications for various line items, including rooftop units and air-cooled chillers. This procurement is part of a broader initiative to standardize HVAC systems across the Air Force, enhancing operational efficiency and reducing training costs associated with multiple manufacturers. Interested contractors must submit their proposals by September 13, 2024, and can direct inquiries to SrA Jonathan E. Truslow at jonathan.truslow@us.af.mil or Aaron Vanvynckt at aaron.vanvynckt.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 4th Contracting Squadron is seeking to procure a Carrier rooftop gas-fired heating and cooling unit (Model #48FCDM16A2A5-0A0A0) for building 2402 at Seymour Johnson AFB. This single-source justification outlines the necessity of choosing Carrier due to compatibility with the existing roof adapter, which minimizes installation time and costs. The project, managed by the 4th Civil Engineer Squadron, emphasizes efficiency as using another brand would require significant modifications to the current infrastructure, extending installation time and necessitating additional work centers. Despite the availability of Women Owned Small Businesses that could supply alternative models, the contracting officer concluded that only a single source is reasonably available for this specific requirement. Future efforts aim to diversify HVAC system options, potentially increasing competition for subsequent acquisitions. This document serves as a formal justification within the framework of government procurement to ensure the best use of resources while adhering to federal guidelines.
    The document details the solicitation and contracting procedures for procuring HVAC systems from Women-Owned Small Businesses (WOSBs) under the requisition number FA480924Q0063. It specifies the items required, including models from Carrier and Trane, to be delivered to multiple buildings at Seymour Johnson Air Force Base. The contract outlines the quantities and specifications of equipment like rooftop units and air-cooled chillers, emphasizing brand-specific requirements. Key points include submission deadlines, the method of solicitation, terms of payment, and delivery expectations. It incorporates numerous federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which govern contractor obligations and conditions of performance. Additionally, it highlights that all proposals must comply with small business set-aside policies, fostering inclusivity in federal contracting. The central purpose is to ensure a competitive and transparent process for acquiring necessary HVAC solutions while promoting the involvement of small and underserved business entities in government contracting. This solicitation thus aligns with broader governmental objectives to enhance participation from diverse businesses in federal projects.
    The document outlines a solicitation for the procurement of HVAC systems from women-owned small businesses (WOSB), specifically for the U.S. Air Force. The requisition FA480924Q00630001 is effective on August 27, 2024, with bids due by September 11, 2024. The government seeks various HVAC units, including Carrier and Trane products, to serve multiple buildings at Seymour Johnson AFB, NC. Each item has detailed specifications, model numbers, and pricing structures, with a requirement for delivery to designated locations. Inspection and acceptance will occur upon delivery. Notably, the contract incorporates numerous federal acquisition clauses, highlighting compliance requirements, payment processes, and subcontracting obligations. The solicitation emphasizes the commitment to utilize small businesses, particularly those owned by women or economically disadvantaged individuals, in fulfilling government needs, demonstrating the federal government’s initiative to support diversity in procurement.
    The document outlines a solicitation for the procurement of HVAC systems by the Department of the Air Force, specifically targeting Women-Owned Small Businesses (WOSBs). It specifies the need for Trane and Carrier brand HVAC equipment for several buildings at Seymour Johnson Air Force Base, including details on various line items, equipment specifications, and compliance requirements. The requisition includes a clear description of the items needed, including rooftop units and air-cooled chillers, as well as installation and warranty obligations. Additionally, the document details key administrative information, such as the solicitation number, contact information, bid submission deadlines, and payment processing instructions. Federal Acquisition Regulation (FAR) clauses and special conditions related to small business participation and delivery expectations are also incorporated. This solicitation highlights the government’s commitment to fostering small business participation, particularly in supporting women-owned enterprises, while ensuring compliance with rigorous procurement standards and safety regulations. The clear structure facilitates understanding and compliance among potential bidders.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services related to HVAC systems at various buildings. The requisition FA480924Q00630003 specifies the procurement of Trane and Carrier brand systems through a firm fixed-price arrangement. Key items include rooftop units, air dampers, and compatible curb adapters, with each item’s details provided in the schedule. The solicitation emphasizes delivery to designated addresses with a focus on coordinating with point-of-contact personnel for acceptance inspections. The document incorporates several federal acquisition regulations (FAR) and Defense Federal Acquisition Regulations (DFARS) clauses, ensuring compliance with applicable contracting laws. Additionally, it emphasizes the importance of utilizing economically disadvantaged businesses and women-owned enterprises in the bidding process, highlighting government efforts to promote diversity and inclusion in federal contracting. The overall goal is to ensure high efficiency and compliance in HVAC operation across the specified military facilities, aligning procurement practices with federal standards and expectations.
    This document is an amendment to a federal solicitation that extends the response due date and modifies specific contract line item numbers (CLINs) for a procurement project related to air-cooled chillers at Seymour Johnson Air Force Base. The offer submission deadline has been postponed from September 9, 2024, to September 11, 2024. Additionally, two specific CLINs have undergone changes: CLIN 0004 has updated the refrigerant specification from HFC-410A to R-454B, while CLIN 0006 has changed the air-cooled chiller capacity from 20-130 tons to a specified 52 tons. The documents outline detailed technical specifications for the chillers, including energy efficiency and installation requirements, while reinforcing that all other terms remain unchanged. The amendment emphasizes the importance of acknowledging receipt of the amendment to ensure proposals are not rejected, thus maintaining the integrity and clarity necessary in federal contracting processes. Overall, this amendment reflects procedural changes typical in government RFP and grant modifications, indicating ongoing adjustments to meet procurement standards and requirements.
    The document serves as an amendment to a prior solicitation and modification of a government contract related to HVAC equipment procurement for various buildings. It primarily extends the submission deadline for offers and requires acknowledgment of this amendment by potential contractors to avoid rejection of their proposals. The amendment specifically updates model numbers for items referenced in the contract line item numbers (CLINs) 0001 and 0002, correcting critical technical specifications. Key changes include detailed descriptions for new equipment, such as rooftop units and air-cooled chillers, along with brand specifications for manufacturers like Carrier and Trane. The document outlines requirements for contractor acknowledgment and clarifies administrative modifications, ensuring all terms of the original solicitation remain effective. Furthermore, it emphasizes the necessity for effective communication regarding any changes to previously submitted offers prior to specified deadlines. This amendment is part of the federal contracting process, maintaining compliance with government procurement regulations while ensuring the accuracy of contracted supplies and services.
    This government document outlines an amendment to a solicitation for the procurement of air conditioning units and related equipment. The amendment extends the deadline for submissions from September 11, 2024, to September 13, 2024, and modifies specific Contract Line Item Numbers (CLINs) related to the required supplies. Key updates include detailed descriptions and specifications for different models of rooftop units and air-cooled chiller systems, primarily manufactured by Trane. These updates provide essential information regarding compatibility, model numbers, and warranty details, addressing the need for high-efficiency equipment and various operational requirements. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged, signifying the importance of adherence to the established contractual framework. This document serves to facilitate clear communication among contractors and the federal agency, ensuring alignment with procurement standards while enabling effective project execution.
    The Department of the Air Force has issued a Justification and Approval (J&A) for limited-scope procurement of Heating, Ventilation, and Air Conditioning (HVAC) chillers from specific manufacturers, valid through September 2024. This J&A supports the purchase of approximately 1,976 units, addressing the need for replacements due to the end of their lifecycle. By standardizing on a few brands, the Air Force aims to reduce training costs and enhance mission efficiency through improved maintainership training. Currently, extensive training is required for multiple chiller manufacturers, which leads to increased costs and inefficiencies. The J&A leverages the Competition in Contracting Act to justify this approach, emphasizing that multiple brands hinder effective maintenance training and operational proficiency across installations. Market research confirmed that the major manufacturers comply with the required specifications but underscored the inefficiencies stemming from existing brand diversity. The J&A aims to streamline purchasing and reduce downtime for HVAC systems, aligning with broader cost-saving measures and enhancing operational capabilities by ensuring maintainers are adequately trained on standardized systems. Approval of this J&A will thus support efficiency, cost-effectiveness, and operational readiness within the Air Force's HVAC management strategy.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    JBAB - HVAC Repair Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide HVAC repair equipment for Joint Base Anacostia-Bolling (JBAB) in Washington D.C. The procurement aims to fulfill specific requirements outlined in two attachments, which detail the specifications for various HVAC components, including condensate drain pans and a Magic Aire DU series heating and cooling unit. This equipment is crucial for maintaining operational efficiency and compliance with government standards in HVAC systems. Interested parties are encouraged to submit their capabilities via email to the designated contacts, Alexandra Alberti and Christian Barnett, by September 23, 2024, as this notice serves as a preliminary market research tool and does not constitute a formal Request for Quote (RFQ).
    Reclaim and Repackage Recovered Refrigerant 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSB) for a contract to reclaim and repackage recovered refrigerant at Joint Base San Antonio – Lackland. The project involves processing approximately 7,463.7 pounds of various refrigerants, including hydrostatic testing and repainting of recovery cylinders, while ensuring compliance with Environmental Protection Agency regulations. This initiative is crucial for maintaining environmental standards and managing refrigerant recovery operations effectively. Interested contractors must submit their proposals by September 20, 2024, with the contract performance period running from September 25, 2024, to November 25, 2024. For further inquiries, potential bidders can contact Felisa Landez at felisa.landez.2@us.af.mil or Lauren Macias at lauren.macias.1@us.af.mil.
    40 Ton Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a 40-ton air-cooled water chiller under solicitation number FA9101-24-Q-B074. The project involves the removal of an existing chiller and the installation of a new Trane unit at the Arnold Engineering Development Complex (AEDC) in Silver Spring, Maryland, with a focus on standardization to enhance operational efficiency. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Andrew Waggoner or Robert Mosley via their provided email addresses.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for HVAC system services at the Omaha Veterans Affairs Medical Center, specifically under solicitation number 36C26324Q1176. The objective of this procurement is to evaluate, repair, and replace HVAC components to ensure efficient functionality ahead of the winter season, with a focus on air handlers and rooftop units. This project is crucial for maintaining optimal heating and cooling systems, thereby enhancing patient safety and comfort during seasonal changes. Interested small businesses must submit their proposals by September 20, 2024, at 10:00 AM CST, and can direct inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581. The total award amount for this contract is estimated at $19 million.