This Statement of Work (SOW) outlines the replacement of three outdated Mitsubishi multi-zone split-type HVAC systems with new, energy-efficient Carrier horizontal suitcase-style multi-zone heat pump systems at Building 585, Nellis Air Force Base. The project requires a turnkey solution, including the removal of existing equipment and the installation of new Carrier heat pump condensing units and fan coil units. The scope covers comprehensive electrical upgrades, new refrigerant line sets, condensate lines, thermostats, and associated controls, all adhering to manufacturer specifications, national, and local codes. Key requirements include precise installation of equipment, leak testing, system evacuation, R-454B refrigerant charging, and meticulous electrical work by licensed electricians. The contractor is responsible for ensuring safety, environmental compliance, and providing a one-year warranty on parts, labor, and leak-free operation. All work must be performed by skilled, certified journeymen, with strict adherence to safety protocols, fire prevention, and environmental protection regulations. Deliverables include pre-operational checks, manufacturer warranties, and equipment registration documents upon project completion.
The provided government file is empty. Therefore, no summary can be generated as there is no content to analyze or extract information from.
This document is a combined synopsis/solicitation (RFQ) for commercial products or services, specifically for furnishing materials, equipment, supervision, and installation as detailed in Attachment 1 – SOW. The solicitation number is FA486125RSW01 and is set aside for Total Small Businesses, with NAICS code 333415 and a 1,250-employee size standard. The anticipated contract type is Firm Fixed Price (FFP). Delivery is required within 30 days ARO at Nellis AFB, NV. Offerors must be registered in SAM prior to award and submit quotes electronically by Monday, September 8, 2025, at 1500 PDT to sedrina.welches@us.af.mil. Quotes must include product specifications, CAGE code, SAM Unique Entity ID, payment/discount terms, point of contact, and proposed delivery schedule. The contract will be awarded on a Lowest-Priced, Technically Acceptable (LPTA) basis, with an "all or none" requirement; incomplete quotes will not be evaluated. Numerous FAR, DFARS, and DAFFARS clauses are incorporated by reference, covering various aspects from SAM registration and small business programs to supply chain security and payment instructions. Attachments include the Statement of Work (SOW) and photos of the site.