Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2025 SAM #8710
SOURCES SOUGHT

99 -- Wright-Patterson AFB (WPAFB) Mechanical Service System Repairs FY 27-32

Notice Date
9/29/2025 6:44:31 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA8604 AFLCMC PZI WRIGHT PATTERSON AFB OH 45433-7228 USA
 
ZIP Code
45433-7228
 
Solicitation Number
FA8601-26-R-000X
 
Response Due
10/14/2025 11:00:00 AM
 
Archive Date
10/29/2025
 
Point of Contact
Brittany Peterson, Stacey Orick
 
E-Mail Address
Brittany.Peterson.4@us.af.mil, stacey.orick@us.af.mil
(Brittany.Peterson.4@us.af.mil, stacey.orick@us.af.mil)
 
Description
PROJECT NUMBER: ZHTV XX-XXXX PROJECT TITLE: Mechanical Services System Repairs ESTIMATED VALUE: $99,900,000 PROJECT DESCRIPTION: The work consists of furnishing all labor, equipment, tools, appliances, and materials, and performing all operations necessary for Project ZHTVXXXXXX, �Mechanical Services System Repairs,� including removals and other related work as specified and shown or noted on drawings provided in individual task orders. The site of performance includes Area A, Area B, and all other properties owned by Wright-Patterson Air Force Base, Ohio. One prime contractor shall self-perform work using its own organic personnel. Subcontracting opportunities may be used for specialized trades, ancillary work, or unique expertise only. The prime contractor must retain principal responsibility for all work performed. The scope includes diagnostics, maintenance, alterations, repairs, and replacements for Heating, Ventilation, and Air Conditioning (HVAC) systems and interior plumbing systems and components. HVAC work may include, but is not limited to, instrumentation and controls (including programming), insulation, hydronic piping and pumps, steam and condensate piping and pumps, refrigerant piping, ductwork, casings, accessories, fans, air terminal units, inlets and outlets, ventilation hoods, air filtration, heating boilers, heat exchangers, compressors, condensers, chillers, cooling towers, air-handling units, and packaged outdoor equipment. Interior plumbing work may include, but is not limited to, insulation, water distribution systems, sanitary and stormwater systems, compressed air systems, water softeners, filtration equipment, water heaters, heat exchangers, plumbing fixtures, and drinking fountains and coolers. The scope also includes vertical transportation equipment, including mechanical, hydraulic, and control systems. Work may further involve repairs, replacements, or upgrades to HVAC and plumbing systems, including hydronic and steam piping, refrigerant piping, ductwork, pumps, valves, air-handling units, and associated mechanical equipment. Contractors shall coordinate work with building occupants and the Contract Manager (CM) to minimize disruption and shall provide temporary systems where required to maintain essential building services. Functional testing, balancing, and commissioning of mechanical systems shall be performed to verify compliance with all current codes and Wright Patterson AFB Installation Facility Standards. Energy-efficiency driven upgrades, and emergency repair services may also be directed under this contract. Subcontracting opportunities may be available for ancillary work. Ancillary work may include selective demolition, removal and reinstallation of ceilings, walls, or floors, excavation, trenching, backfilling, site restoration, environmental testing/remediation, and limited structural, mechanical, or architectural tasks that are incidental to completing the mechanical effort. SPECIAL REQUIREMENTS/CONCERNS: Emergency situations may require the contractor to begin work within as little as one calendar day of notification. The availability and reliability of mechanical systems are mission critical, and delays may result in liquidated damages that exceed typical construction contract values. The contractor shall coordinate all work activities with the Contract Manager (CM) prior to execution. A detailed schedule of work, in proper sequence, shall be developed and mutually agreed upon by the Contracting Officer, CM, and the contractor to ensure minimal disruption to building occupancy and base operations. CONTRACTING SPECIALIST: stacey.orick@us.af.mil CONTRACTING OFFICER: brittany.peterson.4@us.af.mil SAM POST VERBIAGE The United States Air Force, AFLCMC/Operational Contracting Branch, Wright?Patterson AFB, Ohio is seeking capabilities packages of potential sources, including both large and small businesses. Small business categories of interest include HUBZone, 8(a), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). This sources sought is for planning purposes only. The work consists of furnishing all labor, equipment, materials, and performing all operations necessary in connection with ZHTV ZZZZZZ, �Mechanical Services System Repairs,� including removals and miscellaneous work as specified and as shown or noted on drawings provided in individual task orders. Contractors shall be capable of performing the majority of the work with their own organic labor force and only utilize subcontractors where specialized expertise is required. The site of the work is the Area A, Area B, and all other properties owned by Wright?Patterson Air Force Base, Ohio. PERIOD OF PERFORMANCE The anticipated period of performance is one base year ordering period with four additional year ordering periods. The estimated magnitude is between $1,000,000 and $99,900,000. MAXIMUM VALUE This IDIQ contract will have a maximum value of $99,900,000. NAICS CODE The NAICS Code assigned to this acquisition is 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio?economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set?aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219?14(c)(3). All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 2:00PM ET on 14 OCT 2025. Please include the following in your Capability Package: A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; Your DUNS Number and/or CAGE Code; Date of HUBZone certification, if applicable; 8(a) certification, if applicable; Documentation of SDVOSB status, if applicable; WOSB must provide information IAW Federal Acquisition Regulation 19.1503; List experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single?sided pages), experience shall be direct employees who performed mechanical work as defined above; Capacity and capabilities to execute $10-20 million per year over a 5-year span as the prime contractor with subcontracting limited to specialized trades, ancillary work, or unique expertise only; Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project **Fax responses will NOT be accepted.** **Advertising or marketing information is NOT appropriate.** E?mail responses will be accepted. E?mail response shall be sent to brittany.peterson.4@us.af.mil and stacey.orick@us.af.mil. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming effort will be conducted as a full and open competition or as a set?aside for small business, or any particular small business program. Responses shall be limited to 10 pages. Be advised that all correspondence sent via e?mail shall contain a subject line that reads, �Mechanical Services System Repairs"". If sending attachments by e?mail, ensure only .pdf, .doc, or .xls documents are sent. The e?mail filters at Wright?Patterson AFB are designed to filter e?mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e?mail filters.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3b48d78e7f50430586deeda6d8842b15/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07607894-F 20251001/250929230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.