Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)

SOL #: FA805125R4001Combined Synopsis/Solicitation

Overview

Buyer

TYNDALL AFB, FL, 32403-5322, United States

Place of Performance

Panama City, FL

NAICS

Plumbing (238220)

PSC

Equipment And Materials Testing: Refrigeration, Air Conditioning, And Air Circulating Equipment (H241)

Set Aside

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

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Feb 2, 2026
3
Submission Deadline
Feb 4, 2026, 8:00 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 United States Air Force (USAF), through the Air Force Civil Engineer Center (AFCEC), is soliciting proposals for Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS). This is a Firm-Fixed-Price (FFP), single-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The goal is to achieve optimal performance and maximum efficiency of HVAC systems across Air Force and Space Force facilities. This opportunity is a Total Small Business Set-Aside. Proposals are due by February 9, 2026, at 2:00 PM CT.

Opportunity Overview

The Air Force requires expert analysis, Test and Balancing (TAB) procedures, modifications, minor repairs, and recommendations to optimize energy savings and improve HVAC system performance. Services will support base-level Civil Engineers (CE) at selected AF and SF facilities throughout the Continental United States (CONUS), Alaska, and Hawaii. The scope includes analyzing existing HVAC systems, performing minor in-scope repairs, calibrating control systems, modifying set points, and providing energy reports. The previous contract for this recurring requirement was held by Vision Building Energy Efficiency, LLC.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Single-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ).
  • Period of Performance: A five-year ordering period, projected from March 31, 2026, through March 30, 2031. Each task order will have a 180-calendar day period of performance.
  • Minimum Guarantee: $200,000 (expected to be met by an initial task order of at least $50,000).
  • Maximum Ceiling: $9,700,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors).
  • Small Business Size Standard: $19 Million.
  • Product Service Code: H241 (Equipment And Materials Testing: Refrigeration, Air Conditioning, And Air Circulating Equipment).

Key Requirements & Deliverables

The contractor must provide technically qualified labor, experienced management, travel, materials, repair parts, and equipment. Key personnel, such as the HVAC REOS Contract Manager, require a Bachelor's in Mechanical Engineering, a Professional Engineer License, and extensive HVAC/TAB experience. Technical Support personnel require a diploma/trade certificate and significant field experience. All personnel require a minimum NACI/SF85 security clearance. A critical requirement is Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self), which must be posted in SPRS prior to award. The contract also requires compliance with NIST SP 800-171 for safeguarding Covered Defense Information. Deliverables include Work Progress Schedules, Monthly Status Reports, and Reports of Visit for each task order. Minor in-scope repairs are permitted, with costs included in labor CLINs, and specific acceptable repairable items are listed.

Submission & Evaluation

  • Proposals Due: February 9, 2026, at 2:00 PM Central Time (CT).
  • Submission Method: Via email to the Contracting Officers.
  • Evaluation: A subjective tradeoff methodology will be used, considering Technical Approach (more important than Price), Past Performance (evaluated as Acceptable/Unacceptable), and Price. Award is intended to be made without discussions. Offerors must submit their priced offer on the provided Excel sheet.

Important Notes

Offerors must have a Commercial and Government Entity (CAGE) code and be registered with the System for Award Management (SAM). The solicitation includes various attachments such as Provisions and Clauses, Performance Work Statements (PWS), Qualifications and Experience, Price Sheets, and Wage Determinations. New Price Sheet attachments were included due to sensitivity label issues, and all Questions and Answers have been attached, with the latest revision dated February 2, 2026.

People

Points of Contact

Mrs. Lisa JonesPRIMARY
Mr. Tommy LeosSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 5, 2026
View
Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) | GovScope