Bldg 941 Replace Air Handling Unit 1
ID:  FA330024R0034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

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

PSC

INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (N041)

Set Aside

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

    The Department of Defense aims to replace the inoperable Air Handling Unit (AHU) in Building 941 at Maxwell Air Force Base in Montgomery, Alabama, through a competitive Total Small Business Set-Aside firm-fixed-price contract.

    The scope of work involves intricate tasks related to the HVAC system. Selected vendors will be required to remove the existing AHU and install a new one, adhering to strict technical specifications. The project entails replacing key components, including ductwork, control systems, and electrical wiring, while ensuring the building's functions remain uninterrupted. Offerors must provide a detailed work schedule and coordinate with the Technical Manager to minimize any disruptions.

    The government emphasizes compliance with environmental regulations and expects contractors to implement pollution control measures. All materials, equipment, and labor are to be provided by the successful bidder, who will also be responsible for adhering to the specified timeline. Key project dates include a site visit scheduled for July 16, 2024, and a submission deadline of July 29, 2024.

    To be eligible, applicants should possess expertise in construction projects, particularly HVAC system renovations. The work requires specialized skills and experience in handling complex mechanical, insulation, and electrical tasks. Additionally, applicants should be aware of the prevailing wage rates for skilled workers in Montgomery County, Alabama.

    The contract is estimated to be valued at around $2 million and seeks a single vendor to execute the entire scope of work. Proposals will be rigorously evaluated based on technical merit, past performance, and cost effectiveness.

    For clarification or questions, interested parties can contact Shamekia Williams at shamekia.williams.1@us.af.mil or via phone at 334-953-5552.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement objective of this government contract is to undertake comprehensive renovations and improvements to the HVAC system in Building 941 at the Maxwell Air Force Base in Alabama. The focus is on replacing the AHU-1 unit and its associated components, requiring a range of mechanical, insulation, testing, and electrical works. The contract seeks a specialized firm to execute these tasks, which involve intricate operations like demolition, ductwork installation, and controls replacement. The work duration is estimated at months, overseen by a project manager. Key HVAC system components to be replaced include air handling units, dampers, valves, and strainers. Insulation and testing/balancing works are also outlined, specifying materials like cellular glass pipe and flexible duct wrap. Electrical tasks encompass circuiting works, disconnecting and reconnecting various systems, and installing new circuit breakers and transformers. The contract is valued at several hundred thousand dollars and seeks a single vendor to manage the entire scope of work. Proposals will be evaluated based on their technical merit, past performance, and price, with a strong emphasis on HVAC system expertise. Submission deadlines are detailed in the RFP, with a stringent timeline expected.
    The government seeks to replace the existing AHU (Air Handling Unit) in a building that will remain occupied during the project. Approved vendors for the new AHU include Daiken, Trane, Carrier, and JCI. The work schedule, including weekends, is 21 days from shutdown to completion. Various testing and bonding requirements are outlined, with electronic file formats accepted for manual and data pack submissions. The superintendent, SSHO, and QC manager can be the same individual, but specific role qualifications must be met. Phasing requirements are detailed, focusing on efficient material staging and approval processes. Extensions to the performance period may be granted due to equipment lead times. Soil boring reports are not available, assuming a clear excavation process. Contacts are provided for the building controls contractor and fire alarm company. The existing roofing system's manufacturer and warranty information are also confirmed. This information is requested during a site visit, indicating a desire for detailed responses to facilitate accurate pricing and planning for the AHU replacement project.
    The procurement objective of this RFP is to replace the inoperable Air Handling Unit 1 (AHU-1) in Building 941 at Maxwell Air Force Base (AFB), Alabama. The main focus is on installing a new air handler and associated components, including ductwork, control systems, and electrical wiring, while ensuring minimal disruption to the occupied building. Offerors will need to provide a detailed work schedule and coordinate closely with the Technical Manager to avoid interference with ongoing activities on the base. The RFP contains comprehensive general requirements and specifications that bidders must adhere to. Notably, it emphasizes environmental protection and compliance with federal, state, and local regulations, requiring contractors to implement pollution control measures and manage hazardous materials safely. The work is scheduled to take place within a confined timeframe, with a 310-day completion target. Contractors are expected to submit a lump-sum price for the project and provide required submittal data, including material descriptive data, shop drawings, and samples for approval. The evaluation of proposals will likely focus on the technical merit of the proposed solutions, their compliance with stringent requirements, and price.
    The procurement objective of this project is to replace the inoperable Air Handling Unit-1 (AHU-1) in Building 941 at Maxwell Air Force Base in Montgomery, Alabama. The main focus is on installing a new AHU and associated components, including ductwork, control dampers, chilled and hot water piping, and electrical systems. The RFP outlines specific requirements for the new AHU. It must be automatically or manually controllable and include features like occupancy and unoccupied modes, freeze protection, and high static shutdown. The associated ductwork and piping systems must adhere to SMACNA standards and have appropriate insulation and clearances. Additionally, the project requires the installation of a Building Automation System (BAS) to control the AHU and integrate it with the existing fire alarm and exhaust fan systems. The scope of work entails providing all necessary equipment, materials, and labor for the AHU replacement. This includes demolishing the existing unit, installing the new AHU and connecting ductwork, modifying the mechanical and electrical systems, and integrating the new unit into the existing building management systems. The work must be completed within a specified timeline, with a focus on minimizing disruption to the building's functions. The contract is expected to be a firm-fixed-price arrangement, with an estimated value of around $2 million. The project timeline is critical, with key dates including the submission deadline for proposals and a planned 21-day window for the complete replacement of the AHU. Evaluation of proposals will consider factors such as technical merit, past performance, and cost, with a focus on finding a solution that meets the detailed technical specifications and timeline requirements.
    The government seeks to procure construction services for replacing an air handling unit (AHU) in Building 941, emphasizing timely performance and compliance with stringent requirements. The project entails a firm-fixed price contract, with a stated objective of completing the AHU replacement within a specified timeframe. The work involves removing the existing AHU and installing a new one, adhering to detailed technical specifications. Contractors are expected to provide all necessary materials, equipment, and labor, with a focus on quality workmanship. Key dates include a 10-day window for performance initiation after receiving the notice to proceed, and a stringent 310-day deadline for project completion. The government will assess proposals based on price and the ability to meet technical requirements, with a bias toward offerings that minimize potential delays. Successful bidders will be required to furnish performance and payment bonds, and adhere to stringent payment certification and progress reporting obligations. This comprehensive RFP outlines a construction project with precise technical demands, emphasizing prompt execution and financial accountability.
    The government seeks contractors for building construction projects in Montgomery County, Alabama, excluding single-family homes and low-rise apartments. The focus is on labor rates for various skilled workers, with strict regulations on wage requirements. The rates are detailed for numerous classifications, including asbestos workers, boilermakers, engineers, ironworkers, and plumbers, with specific hourly rates and fringe benefits. The work scope covers a range of tasks, and the corresponding wage rates apply to hours spent performing the contract. The RFP outlines a comprehensive appeals process for wage determination, encompassing initial decisions, review, and final administrative appeals. Key dates and contract timelines are not explicitly mentioned, and the evaluation criteria for proposals are also not provided. The procurement objective is centered on ensuring compliance with prevailing wage rates and engaging specialized labor for construction projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    Z2JZ--Replace CLC Air Handling Equipment and Upgrade Controls Bldg. 29 (Construction) (VA-24-00003750) 504-22-107
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to replace the air handling equipment and upgrade controls for Building 29 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. The project involves the installation of two new air handling units (AHUs) along with associated infrastructure and controls, requiring careful coordination among the contractor, VA staff, and oversight personnel. This initiative is crucial for enhancing the facility's HVAC systems, ensuring compliance with federal regulations, and maintaining optimal conditions for veteran care. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated value between $2 million and $5 million. Interested contractors must contact Nicholas L. Smith at nicholas.smith21@va.gov and ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation prior to submitting their proposals, with an invitation for bids expected to be posted around September 26, 2023.
    Repair/Replace HVAC Systems, C &D Bays - Building 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified contractors to repair and replace HVAC systems at the Rome Research Site in New York. The project encompasses a comprehensive scope of work, including hazardous material abatement, general construction, fire protection, plumbing, mechanical and HVAC work, electrical work, and related tasks, all of which must adhere to federal, state, and local regulations. This initiative is critical for enhancing facility operations while ensuring safety and compliance with environmental standards, particularly as the work will occur in occupied buildings, necessitating careful planning to minimize disruptions. Interested contractors, particularly those classified as 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB, must submit their intent to propose along with required documentation by 3:00 p.m. EST on October 16, 2024, to Jennifer Calandra at jennifer.calandra@us.af.mil.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    Facility Exhaust System - Draft RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the design, procurement, and installation of a Facility Exhaust System at Arnold Air Force Base in Tennessee. This competitive acquisition aims to establish an independent exhaust system capable of managing varying flow rates while adhering to strict safety and environmental standards, including OSHA emissions compliance. The project is critical for enhancing testing capabilities related to high-temperature materials and is expected to be completed within a three-year delivery period following contract award. Interested vendors should direct inquiries to Haley Smith or Virginia Jones via email and are encouraged to submit feedback on the Draft Request for Proposal (RFP) by October 18, 2024, to ensure a fair and competitive bidding process.
    Raiders Challenge - HVAC Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of HVAC units for the 2024 Raiders Challenge at Fort Knox, Kentucky. The contractor will be responsible for providing, delivering, and maintaining self-supported HVAC systems for four GP Medium tents, ensuring a consistent internal temperature between 72 and 78 degrees Fahrenheit for personnel accommodations. This procurement is crucial for maintaining comfort and operational efficiency during the event, with a total small business set-aside to encourage participation from veteran-owned and economically disadvantaged firms. Proposals are due by 11:00 AM on October 9, 2024, with delivery of the HVAC units expected between October 21 and October 28, 2024. Interested contractors can reach out to Jayden Geary at jayden.n.geary.civ@army.mil or Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil for further information.
    AEDC Test Capability Expansion
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking commercial services to support the expansion of test capabilities at the Arnold Engineering Development Complex located at Arnold Air Force Base in Tennessee. The primary objectives of this procurement include the reactivation of a large industrial-grade heater to operate alongside an existing unit and the installation of a ducting system, complete with valves and hydraulic skids, to effectively channel heated air to the test cell. This initiative is crucial for enhancing the government's test facilities and ensuring stable conditions during testing processes. Interested contractors must submit their responses, including company information and technical capabilities, by October 11, 2024, to Brooke Vandeman at brooke.vandeman@us.af.mil, as this notice serves as a Sources Sought announcement rather than a formal solicitation.
    Remanufacture of Air Heat Exchanger for the B-52 NSN 1660-00-856-9302
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture of Air Heat Exchangers for the B-52 aircraft, identified by NSN 1660-00-856-9302. Contractors will be responsible for providing all necessary labor, materials, facilities, and equipment to repair, test, preserve, and package the units, ensuring they are returned to the government in like-new condition. This procurement is critical for maintaining the operational readiness of the B-52 weapon system, with an annual repair requirement of 15 units at an estimated cost of $37,368.10 each, totaling approximately $560,521.50 annually. Interested vendors must express their interest and submit required business information to Amy Gil at amy.gil@us.af.mil or Mayona Presley at mayona.presley@us.af.mil, as this opportunity is part of a Sources Sought notice aimed at assessing market capabilities without immediate funding or contractual commitment.