Replace Remaining Water Source Heat Pumps, B4414
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 Navy (NAVFACSYSCOM MID-ATLANTIC) is soliciting proposals for the replacement of twenty-two (22) Water Source Heat Pump (WSHP) units at Marine Corps Air Station (MCAS) Cherry Point, NC. This is a Total Small Business Set-Aside opportunity, with proposals due by March 9, 2026, at 1200 local time.
Scope of Work
The project, titled "Replace Remaining Water Source Heat Pumps, B4414," involves replacing 22 WSHP units with new, like-in-kind units. The contractor will provide all labor, supplies, and equipment for tasks including unit isolation, disconnection, replacement, connection to existing lines, installation of new thermostats, linking to the Building Automation System (BAS - Metasys), operational testing, and proper disposal of old equipment. The work will be performed in an occupied building at MCAS Cherry Point, NC. The NAICS code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 Million size standard.
Contract Details
This is a Request for Proposal (RFP) with an estimated cost range between $250,000.00 and $500,000.00. The contract completion period is 275 calendar days after award, with liquidated damages of $159 per day for delays. Award will be based on the Lowest Price. A critical detail is that only Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc. are eligible to submit proposals.
Submission & Evaluation
Proposals are due by March 9, 2026, at 1200 local time and must be submitted via email to mason.l.sholar.civ@us.navy.mil and meghan.j.hislop.civ@us.navy.mil. The Government intends to award without discussions, so initial offers should contain the best terms. Bid, payment, and performance bonds are required based on proposal value, with electronic copies (seals visible) to be submitted with the proposal.
Site Visit & Inquiries
A mandatory site visit is scheduled for February 11, 2026, at 0900 at FEAD Cherry Point office, Building 87. Attendees must provide a list with contact information and I-9 forms by February 9, 2026, and bring their license. Requests for Information (RFIs) must be submitted via email by February 19, 2026, at 1200.
Amendment 0001 Clarifications
Amendment 0001 provides key clarifications:
- Reference drawings (4555267-4555269, 4555276) and building plans are available.
- Trane models closest to those on Drawing No. 4555276 are preferred.
- Refrigerant removal/evacuation and leak tests are not necessary as WSHPs are self-contained and pre-charged.
- Testing, Adjusting, and Balancing (TAB) is not required for this like-in-kind replacement.
- Lighting and power plans are provided.
Special Requirements
Work requires adherence to Lock Out Tag Out procedures, DBIDS registration for installation access, and coordination for working hours (regular hours 7:00 am - 3:30 pm, M-F). Utility disruptions require 15 days advance notice. The contractor must maintain security of existing buildings, comply with EM 385-1-1 and NFPA standards, and provide an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA). Minimum insurance coverage per FAR 28.307-2 is required. One individual must fulfill the roles of Superintendent, Quality Control Manager, and Site Safety and Health Officer.