Travis AFB - Starbucks HVAC Air Handler 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, 60th Civil Engineer Squadron (CES) at Travis Air Force Base (TAFB), is soliciting proposals for an HVAC Air Handler Replacement at the Starbucks facility (BLDG 650). This Total Small Business Set-Aside opportunity requires the removal of an existing Carrier air handler and installation of a new unit with an estimated 3,500 CFM capacity, ensuring proper heating and cooling. Responses are due by June 4, 2026, at 4:00 PM PDT.
Scope of Work
The project involves the comprehensive replacement of an HVAC air handler. Key tasks include:
- Demolition and Removal: Safely remove the existing air handler, non-reusable ductwork, hydronic piping, electrical wiring, and drop ceiling, protecting the space from contaminants and adhering to food safety regulations.
- Installation and Integration: Install a new air handling unit (estimated 3,500 CFM), new/retrofitted ductwork, hydronic piping, and electrical wiring. Install isolation valves. Repair/replace drop ceiling.
- EMCS Compatibility: Ensure the new unit is compatible with existing Johnson Controls for EMCS integration (BACnet, Modbus), configure the EMCS, verify damper operation, and test/balance airflow.
- Restoration & Deliverables: Restore all disturbed areas, dispose of debris, and provide system schematics and maintenance manuals. A one-year warranty from acceptance is required.
Contract Details
- Contract Type: Firm Fixed Priced
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Starbucks AHU Replacement, BLDG 650, Travis AFB, LINDA, CA 94535
- Anticipated Award Date: June 10, 2026
Key Dates & Actions
- Site Visit: May 21, 2026, at 10:00 AM PDT (350 Hangar Avenue, Bldg 549, Travis AFB, CA 94535). RSVP with attendee details (Last Name, First Name, Middle Initial, DOB, SSN) by May 18, 2026, 4:00 PM PDT for base access. Attendance is not required.
- Questions Due: May 27, 2026, 4:00 PM PDT (submit to both POCs).
- Responses Due: June 4, 2026, 4:00 PM PDT (submit via email to both POCs).
- Offer Acceptance Period: 60 calendar days from offer receipt.
Evaluation Criteria
Award will be based on a Best Value Determination, considering fair and reasonable price, satisfactory or above past performance, and meeting or exceeding the technical requirements of the Statement of Work. Evaluation factors include Price and Past Performance.
Important Attachments & Requirements
Bidders must review several critical attachments:
- Statement of Work (SOW): Details technical requirements and performance standards.
- Past Performance Questionnaire (PPQ): To be completed by the contractor and their references, crucial for past performance evaluation.
- Contractor Responsibility Verification: Outlines criteria for demonstrating responsibility per FAR 9.103/9.104, including financial resources, performance record, and technical capabilities.
- Travis AFB Security Requirements: Mandates identity proofing, vetting (NCIC/CLETS), and base access procedures for all personnel. Contractors must factor in time for EAL submission (45 days prior to contract start).
- Davis-Bacon Act Wage Determination: Specifies prevailing wage rates for various trades in California, essential for accurate labor cost estimation.
- Provisions and Clauses: Lists applicable FAR and DFARS clauses that must be adhered to.
Contacts
- Primary: SrA Nadine Umunyana (nadine.umunyana.1@us.af.mil, 707-424-7723)
- Secondary: John De Pedro (john_rexter.de_pedro@us.af.mil, 707-424-1793)