Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
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, through FA8051 772 ESS PKD, is soliciting proposals for Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS). This is a Total Small Business Set-Aside for a Firm-Fixed-Price (FFP), Single-Award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The services aim to achieve optimal performance and maximum efficiency of HVAC systems across various Air Force and Space Force facilities within the CONUS, Alaska, and Hawaii. Proposals were due by February 9, 2026, at 2:00 PM Central Time (CT).
Scope of Work
The contractor will provide expert analysis, Test and Balancing (TAB) procedures, modifications, and minor repairs to HVAC systems. Services include identifying inefficiencies, recommending solutions, and performing tasks in accordance with Unified Facility Guide Specifications (UFGS). This is a recommissioning effort, not preventative maintenance, focusing on bringing existing systems up to standards. Individual task orders will define specific installations and facilities, which can range from administrative buildings to aircraft hangars.
Contract Details
- Contract Type: FFP, Single-Award IDIQ
- Set-Aside: Total Small Business
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors) with a $19M size standard.
- Period of Performance: A projected five-year ordering period (approximately March 31, 2026, through March 30, 2031). Each task order will have a 180-calendar day period of performance.
- Financials: Minimum Award Guarantee of $200,000, with an initial task order of at least $50,000. The maximum contract ceiling is $9,700,000.
Key Requirements & Personnel
Bidders must meet specific personnel qualifications: an HVAC REOS Contract Manager requires a Bachelor's in Mechanical Engineering, a Professional Engineer License, and ten years of HVAC system experience. HVAC REOS Technical Support requires a Diploma/Trade Certificate and ten years of field experience. Both roles require a minimum NACI/SF85 security clearance. Contractors must also meet Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) standards at the time of award, including NIST SP 800-171 compliance.
Evaluation & Submission
Proposals were evaluated using a subjective tradeoff methodology, with Technical Approach being more important than Price. Technical Approach subfactors included Qualified Staffing, Technical Plan, Response to Execution of Initial Task Order, and Quality Control Plan (QCP). Past Performance was evaluated as Acceptable or Unacceptable. Award was intended to be made without discussions.
Additional Notes
- The incumbent contractor for this recurring requirement was Vision Building Energy Efficiency, LLC.
- BB&E Inc. is excluded from submitting a proposal due to an Organizational Conflict of Interest (OCI).
- Required deliverables include a Work Progress Schedule, Report of Visit, and Monthly Status Reports.
- Pricing is based on FFP pre-priced CLINs for different facility sizes. All costs, including labor, travel, materials, and minor in-scope repairs, are to be included in the FFP unit prices.
- Contact: Mrs. Lisa Jones (lisa.jones.31@us.af.mil) or Mr. Tommy Leos (tommy.leos.2@us.af.mil).