SOLICITATION NOTICE
J -- Variable Refrigerant Flow (VRF) System Support Svc
- Notice Date
- 4/30/2025 2:11:50 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301625R0034-PreSol
- Response Due
- 5/19/2025 1:00:00 PM
- Archive Date
- 06/03/2025
- Point of Contact
- Teresa Sullivan - Contract Specialist, N. Marie Phillips - Contracting Officer
- E-Mail Address
-
teresa.sullivan.4@us.af.mil, norena.phillips@us.af.mil
(teresa.sullivan.4@us.af.mil, norena.phillips@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRE-SOLICITATION notice for non-personal services to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform HVAC VRF technical maintenance support and training services for 502 CES across JBSA installations on Fort Sam Houston (FSH), Lackland Chapman Annex (LAK CA), Lackland (LAK) and Randolph (RND). All materials and accessories shall be installed in accordance with (IAW) industry standards and the manufacturer�s recommendations. The training shall consist of the manufacturer�s recommended preventive maintenance and training for DAIKIN, LG, MITSUBISHI, TRANE & SANYO VRF systems. At this time, no questions will be addressed. Comments are acceptable; however, responses to comments will not be provided. Comments may be emailed to: Teresa Sullivan at teresa.sullivan.4@us.af.mil and N. Marie Phillips at norena.phillips@us.af.mil. 1. Action Code: This is a pre-solicitation notice IAW FAR 5.101(a)(1). 2. Date: 30 April 2025 3. Contracting Office Address: 502d Contracting Office | 1655 Selfridge Ave JBSA Lackland TX 78236 4. Product Service Code: J041- Maintenance/Repair/Rebuild of Equipment - Refrigeration Air Conditioning and Air Circulating Equipment 5. Subject title of this requirement: Variable Refrigerant Flow (VRF) System Support Services 6. Solicitation Number: FA301625R0034 7. Points of Contact: Contracting Officer Contract Specialist Name: N. Marie Phillips Teresa Sullivan Email: norena.phillips@us.af.mil teresa.sullivan.4@us.af.mil 8. Important information: This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2-Synopses of Proposed Contract Actions in preparation for the release of the Request for Proposal (RFP) at a later date. 9. Description: The solicitation will be issued as an RFP on or before 09 May 2025. The Proposal due date is tentatively planned for 19 May 2025. A DRAFT copy of the Performance Work Statement is included with this notice. The North American Industry Code Standard (NAICS) is 238220 Plumbing, Heating, and Air-Conditioning Contractors, and the Small Business Size Standard is $19,000,000. The planned procurement method is contracting by Lowest Price Technically Acceptable (LPTA). The resulting contract is planned to be a firm-fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract with a 12-months period of performance. The Service Contract Act of 1965 as amended applies to this requirement. 10. Place of Contract Performance: This contract covers HVAC technical maintenance and training across multiple locations at Joint Base San Antonio (JBSA). The place of performance includes installations at Fort Sam Houston (FSH), Lackland Chapman Annex (LAK CA), Lackland (LAK) and Randolph (RND). 11. Set Aside Status: The proposed contract is 100 percent small business set-aside to a Service-Disabled Veteran Owned Small Business (SDVOSB). The Government will only accept offers from SDVOSB concerns. Joint venture Agreements are allowable. The Small Business Administration (SBA) must approve certain kinds of Joint Venture Agreements. Joint Venture partners are responsible for coordinating with SBA and RFP deadlines in regard to Joint Venture Agreements. Any offeror proposing as a joint venture or other partnership arrangement are responsible for ensuring the joint venture/partnership arrangement complies with all SBA regulations and that the created joint venture/ partnership does not result in loss of small business status. All responsible SDVOSB sources may submit a proposal in response to the RFP which shall be considered by the agency. 12. Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.SAM.gov (Contracting Opportunities) when the RFP is posted. It is the OFFERORS� RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. All prospective offerors interested in submitting an offer on this solicitation must be registered in the System for Award Management (SAM) at https://www.sam.gov/ with a commercial and Government entity (Cage Code/SAM UEI) and must complete electronic annual representations and certifications. 13. Attachments: a. Draft Performance Work Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e0b13423ff1445787b71abbdd5b64c1/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN07426103-F 20250502/250430230043 (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 |