CONSTRUCTION-AUTEC HVAC
SOL #: N6660426Q0043Solicitation
Overview
Buyer
NEWPORT, RI, 02841-1703, United States
Place of Performance
West Palm Beach, FL
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Maintenance Of Other Administrative Facilities And Service Buildings (Z1AZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 12, 2026
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Jan 28, 2026, 7:00 PM
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 Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a solicitation for the CONSTRUCTION-AUTEC HVAC project located in West Palm Beach, FL. This requirement involves the renovation, installation, and ongoing maintenance of HVAC systems at the AUTEC facility. Proposals are due by January 28, 2026.
Scope of Work
The contractor will provide all labor, materials, and equipment to:
- Replace a failed 2.5-ton A/C system in Room 1023, including the demolition of the existing air handler and rooftop condenser.
- Install a new 2.5-ton unit with all associated hardware, piping, and electrical work.
- Perform preventive maintenance for one year on three specific units: the new 2.5-ton unit, an existing 4-ton Trane unit (Comm Room), and an existing 5-ton Carrier unit (Server Room).
- Ensure compliance with U.S. Army Corps of Engineers EM 385-1-1 and OSHA safety standards.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Estimated Value: Between $25,000 and $100,000.
- Duration: Construction must be completed within 120 days of award; maintenance services last for one year.
- Set-Aside: Total Small Business Set-Aside.
- Response Due: January 28, 2026, at 2:00 PM EST.
- Site Visit: Held on January 20, 2026.
Evaluation Factors
Award will be made to the responsible offeror providing the Lowest Priced Technically Acceptable (LPTA) offer. Evaluation factors include:
- Pass/Fail: Licenses and Certifications.
- Technical Capability: Experience and proposed solution.
- Past Performance.
Additional Notes
- Controlled Access: Drawings, specifications, and photos are controlled attachments. Vendors must have an active SAM.gov registration and request access directly through the solicitation portal.
- Amendments: Amendment 0001 clarified site logistics, including parking, security restrictions (no photography in specific areas), and the requirement for GSA approval for ceiling and crane work.
- Environmental: A site survey confirmed no asbestos, lead-containing paint, or PCBs were identified in the work area.
People
Points of Contact
Zachary SilveiraPRIMARY
Michael N. OuelletteSECONDARY