HAWAII COMPUTER ROOM AIR HANDLING REPLACEMENT

SOL #: HC102826R0004Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL83
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

Honolulu, HI

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

Air Conditioning Equipment (4120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 17, 2026, 4:00 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 Defense Information Systems Agency (DISA) is soliciting proposals for the HAWAII COMPUTER ROOM AIR HANDLING REPLACEMENT project. This Combined Synopsis/Solicitation seeks a contractor to replace two existing Computer Room Air Handling (CRAH) units and add aisle containment in Computer Room 191 at the Data Center Hawaii, Pearl Harbor, HI. This acquisition is a Total Small Business Set-Aside. Proposals are due by March 17, 2026, at 11:00 AM HST.

Scope of Work

The project involves the replacement of two end-of-life CRAH units that currently provide inadequate cooling, along with the installation of aisle containment. Key tasks include:

  • Replacement of two CRAH units and installation of aisle containment.
  • Project Management and General Requirements, including detailed project schedules, shop drawings, and product data submittals.
  • Electrical work for the new CRAH units, encompassing conductor and conduit requirements.
  • Procurement and installation of end-of-aisle doors, mounting posts, rack gap panels, and brushed rack blanking panels.
  • Project Close-Out activities, such as warranties, final as-built drawings, training, and Operations & Maintenance (O&M) binders.

Technical Specifications & Compliance

Detailed specifications for the CRAH units are provided, requiring two self-contained, factory-assembled units with a minimum cooling capacity of 140 kW and a minimum sensible coefficient of performance (SCOP-127). Bidders must adhere to DISA's Electrical Safety Program (Appendix C), identification and labeling standards (Appendix B), and utilize the provided SEC Spreadsheet (Appendix E) for equipment tracking. Concept plans (Appendix A) detail the physical scope, infrastructure modifications, and secure room standards.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 12 months upon award
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 333415 (Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing)
  • Size Standard: 1,250 employees
  • Place of Performance: Data Center Hawaii, Pearl Harbor, HI

Mandatory Site Visit & Questions

A mandatory pre-proposal site visit will be held on Wednesday, February 25, 2026, at 1000 HST at Data Center Hawaii, Rm 191 CRAH Replacement, 477 Essex St. (Building 77), Ford Island, JBPHH, HI 96818. Companies are limited to two representatives, and a Visit Authorization Letter (VAL) is required. Questions arising from the site visit must be submitted in writing to the Contracting Officer by Monday, March 2, 2026, at 1600 CST.

Submission & Evaluation

Proposals must include a technical proposal and a price proposal in response to the Performance Work Statement (PWS). Award will be made to the responsible offeror whose proposal represents the overall best value using a Lowest Price Technically Acceptable (LPTA) process. Evaluation factors include Technical/Management (rated Acceptable/Unacceptable) and Price. Proposals must be submitted electronically in separate files for each volume. Offerors must hold prices firm for 60 calendar days.

Important Considerations for Bidders

Bidders must review the Quality Assurance Surveillance Plan (QASP) to understand performance expectations and monitoring methods, including a 100% inspection for key tasks. Compliance with the Service Contract Act's Wage Determination for Hawaii is mandatory, requiring accurate accounting for minimum wage rates and fringe benefits. Contractor personnel will be required to sign a Non-Disclosure Agreement (NDA) due to the sensitive nature of information involved.

Key Dates

  • Mandatory Site Visit: February 25, 2026, 1000 HST
  • Site Visit Questions Due: March 2, 2026, 1600 CST
  • Proposal Due Date: March 17, 2026, 11:00 AM HST

Contacts

People

Points of Contact

Ronald WittSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
HAWAII COMPUTER ROOM AIR HANDLING REPLACEMENT | GovScope