Arlington National Cemetery HVAC Maintenance Services
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 Department of the Army is soliciting proposals for Heating, Ventilation, and Air Conditioning (HVAC) Maintenance Services at Arlington National Cemetery (ANC) in Fort Myer, VA, and the U.S. Soldiers' and Airmen's Home National Cemetery (USSANC) in Washington, DC. This is a Total Small Business Set-Aside solicitation. Proposals are due by March 30, 2026, at 2:00 PM EDT.
Scope of Work
This solicitation requires comprehensive HVAC system maintenance, repair, and cleaning services. The scope includes:
- Preventive Maintenance: Regular inspections, cleaning, and servicing of all HVAC systems per ASHRAE Standard 180, including scheduled duct cleaning (estimated 100-3,500 linear feet annually).
- Corrective and Emergency Maintenance: Repairs and adjustments to restore HVAC functionality, with a 4-hour on-site response time for critical systems. This covers boilers, chillers, air handling units (AHUs), rooftop units (RTUs), variable air volume (VAV) boxes, domestic hot water systems, ice machines, refrigerators, exhaust fans, and associated control systems.
- Server Room HVAC Systems: Ensuring precise temperature and humidity control.
- System Upgrades and Replacements: While CLIN 0005 for BMS/BAS lifecycle upgrades and replacement of a 5-ton HVAC unit in the ANC Administration Building's server room will not be evaluated for award, these services will be negotiated with the successful vendor post-award. The scope for control system replacement is limited to the Visitor Center, Administration Building, and Memorial Amphitheater, requiring BAS upgrades to UFGS standards with non-proprietary control networks.
Contract & Timeline
- Type: Solicitation (W91QV126RA022) for Commercial Products and Commercial Services, with Firm Fixed Price (FFP) CLINs.
- Set-Aside: Total Small Business.
- Period of Performance: One (1) base year of 11 months, followed by four (4) 12-month option years, including a 10-day phase-in period. A potential 6-month extension under FAR 52.217-8 is also included.
- Estimated Total Value: $550,000.0.
- Proposal Due: March 30, 2026, 2:00 PM EDT.
- Published: March 28, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit both a Technical proposal and a separate Price proposal. Two complete proposals are required, with one being fully redacted of all vendor identifying information. The requirement for Past Performance information has been removed. Offerors must acknowledge all solicitation amendments.
Special Requirements
Contractor personnel must pass background checks and obtain necessary access credentials. Key personnel, including the Project Manager, Quality Control Manager (requiring ASHRAE BCxP or equivalent certification), and Safety Officer, have specific experience and certification requirements. Technicians must be licensed, experienced, and hold EPA Section 608 certification. A written Quality Control Plan (QCP) is mandatory. Routine maintenance is generally not required on most Federal holidays, but emergency services are required on all days.