B1501 HVAC Controls Upgrade
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, specifically the 366 CONS PKP office, is conducting a Sources Sought for a design-build project to upgrade HVAC Controls in Building 1501 at Mountain Home Air Force Base (MHAFB), Idaho. This is a Total Small Business Set-Aside opportunity, seeking information from responsible contractors to gauge interest and capabilities for an upcoming Request for Quote (RFQ). Responses are due by February 27, 2026, at 3:00 p.m. MST.
Scope of Work
The project requires design-build construction services to replace the existing Direct Digital Control (DDC) system and associated equipment in Building 1501. Key tasks include:
- Replacing controls for 2 AHUs, 20 VAVs with reheat, 4 VAVs with reheat and CO2, and 2 Fan Coil Units (AC-1&2).
- Installing 1 HVAC Emergency Shutdown switch, 1 hot water system control, 1 hot water loop pump, 1 Outside Air sensor, and 1 BACnet Router.
- Providing and installing a new, open protocol, web-based, direct digital automatic control system.
- Demolishing existing JCI cabinets, controllers, and thermostats, and installing new cabinets for hardware.
- Providing BACnet integration with system boilers and 24V transformers for DDC controllers.
- Performing all programming, graphics, commissioning, and ensuring functional system operation.
- Adhering to current standards (UFC, IBC, IMC, IPC, IECC, NEC, NFPA, ICC, AFETL, AFI).
- Minimizing interruption to building operations and adhering to base access protocols.
Contract & Timeline
- Contract Opportunity Type: Sources Sought (Pre-solicitation / RFI)
- Estimated Magnitude: $100,000 - $250,000
- Period of Performance: 90 calendar days from Notice to Proceed (NTP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 27, 2026, 3:00 p.m. MST
- Published Date: February 13, 2026
- Tentative RFQ Issuance: March 11, 2026
- Tentative Bid Opening: April 10, 2026
Evaluation
This is an RFI for market research purposes only; no offers will be accepted at this stage. Responses will inform the government's decision on the set-aside determination for the upcoming RFQ and ensure adequate competition.
Additional Notes
Interested firms must:
- Be registered in SAM.gov and provide their Unique Entity ID (UEI), address, POC, phone, and email.
- Express interest in bidding on this project.
- Provide a statement of qualifications and capability, including technical experience.
- Identify their Small Business category (Small Business, WOSB, SDB, 8(a), HUBZone).
- Submit responses via email to the primary contact. The RFQ will be posted on SAM.gov and conducted through PIEE.