Request for Information_JBSA FSH HVAC 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 Department of the Air Force, 502d Contracting Squadron (502 CONS CL), is issuing a Sources Sought / Request for Information (RFI) to identify interested, capable, and qualified small businesses for the life-cycle replacement of HVAC systems at Buildings 590 and 591 at Joint Base San Antonio (JBSA) - Fort Sam Houston (FSH), TX. This is market research to inform future acquisition strategy. Responses are due by Friday, May 15, 2026.
Scope of Work
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to replace existing HVAC systems (SPX ReCold, Model: MW-30C) with a "brand name or equal" system. This is not a construction requirement. The project includes:
- Demolition and Removal: Safely disconnect, dismantle, and dispose of existing HVAC systems off-base.
- Installation: Provide and install new fluid coolers (cooling towers), pumps with motors, control panels, piping, valves, fittings, electrical conduit, wiring, and controls.
- Commissioning: Perform manufacturer-required procedures to ensure systems are fully operational and meet specifications, including water leak detection tests.
- Site Cleanup: Maintain a clean work site and perform final cleaning.
- Warranty: A one (1) year warranty on all furnished materials and labor is required. All work must comply with applicable Federal, State, and Local codes, regulations, and standards. Specific Salient Characteristics detail requirements for fluid coolers (e.g., capacity, footprint, 208/230V 3-Phase, dual 3.0 HP fans, 4.0 KW basin heater), circulation pumps (min 120 GPM, 5 HP motor), and control panels (NEMA 3R, 208/120V 3-Phase, 100A main breaker).
Contract Details
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Award Type: Firm Fixed Price (FFP)
- Product Service Code (PSC): 4120 (Air Conditioning Equipment)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)
- Size Standard: $19 Million
- Place of Performance: Buildings 590 and 591, JBSA-FSH, TX.
Eligibility & Submission
The government is specifically seeking small business concerns. Respondents are asked to identify their socio-economic status (e.g., 8(a), HUBZone, SDVOSB, WOSB, SDB). Interested firms must complete the provided Questionnaire and submit a capability statement (5-page limit) along with any questions regarding the requirement. Proof of licenses, permits, and certifications is also requested.
Key Dates & Contacts
- Response Due: Friday, May 15, 2026
- Published Date: May 11, 2026
- Primary Contact: SrA Jamie Cutright (jamie.cutright@us.af.mil, 210-671-4476)
- Secondary Contact: Emily A. Rodriguez (emily.rodriguez.8@us.af.mil)
Additional Notes
This is a voluntary RFI for market research purposes only. Responses will not be evaluated as offers, and no notification of results will be provided. This notice does not constitute a request for quote or a commitment by the government to issue a solicitation.