97MXG Bldg 285 Hydraulic Test Stand - Chiller Piping Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 97th Contracting Squadron, Altus Air Force Base, Oklahoma, has issued a Request for Quote (RFQ) for the 97 MXG Bldg 285 Hydraulic Test Stand - Chiller Piping Replacement Service at Altus AFB, Oklahoma. This is a Total Small Business Set-Aside opportunity under NAICS code 238220. Quotes are due by March 23, 2026, at 4:00 PM CST.
Scope of Work
The project involves the removal and disposal of existing High-Density Polyethylene (HDPE) plumbing and the installation of new Aquatherm (or equivalent) piping and insulation for water chilling systems in Building 285's Hydraulic Shop. Key tasks include:
- Removing and disposing of existing HDPE piping from the chiller to the test stand.
- Replacing piping with Aquatherm (or equal) from the chiller to the reservoir tank and pumps, and from the reservoir tank to the hydraulic test stand.
- Connecting to existing check valves and shutoff valves.
- Piping must be 2" diameter, reducing to 1½" at the test stand, capable of 35 GPM at 60 degrees and 45-70 PSI, and withstand temperatures from -5F to 200F.
- Furnishing and installing insulation for new piping, ensuring it is equal to or better than existing insulation.
- Cleaning and disposing of all refuse, and testing the new piping for leaks and serviceability.
- Work must be completed within 2 weeks of receipt and comply with all applicable codes and manufacturer specifications.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- PSC Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
- Place of Performance: Building 285, Altus AFB, OK 73523
- Period of Performance: Within 2 weeks of receipt of award.
Submission & Evaluation
Offerors must submit both price (on page 3 of the Combined Synopsis/Solicitation) and a separate technical submission electronically via email to patricia.bigornia.1@us.af.mil and 97CONF.PKA.Contracting@us.af.mil. The technical submission must be clear, concise, and demonstrate how the proposed approach meets the requirements in the Performance Work Statement (Attachment 1).
Award will be made to the responsible offeror whose quote is most advantageous, based on a best value determination considering Price and Technical Acceptability. Technical acceptability will be rated "Acceptable" or "Unacceptable" against PWS requirements.
Key Dates & Site Visit
- Site Visit: March 12, 2026, at 2:00 PM CST (check-in 1:15 PM at South Gate Entrance, Altus AFB). Attendees must RSVP by March 9, 2026, at 12:00 PM CST to patricia.bigornia.1@us.af.mil.
- Questions Due: March 13, 2026, at 11:00 AM CST.
- Quotes Due: March 23, 2026, at 4:00 PM CST.
Additional Notes
- Prospective contractors must be registered in the System for Award Management (SAM) prior to quote submission. A UEI number is required for registration.
- Wage Determination (Attachment 2) provides minimum wage rates and fringe benefits for various occupations in the Oklahoma counties of Greer, Harmon, Jackson, Jefferson, Kiowa, Stephens, and Tillman.
- Provisions and Clauses (Attachment 3) details applicable FAR and DFARS clauses, including requirements for unique item identification and payment via Wide Area WorkFlow (WAWF).
- Site visit Q&A (Attachment 7) clarifies that only Aquatherm or equivalent piping is permitted, standard insulation is acceptable, and bidders will not procure equipment like pumps or tanks.