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 United States Air Force (USAF), specifically the Air Force Civil Engineer Center (AFCEC) at Tyndall AFB, Florida, is soliciting proposals for Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS). This is a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a Total Small Business Set-Aside. The goal is to achieve optimal performance and maximum efficiency of HVAC systems across AF and Space Force Bases (SFBs) to reduce energy consumption. Proposals are due February 4, 2026, at 2:00 PM CT.
Scope of Work
The contractor will provide expert analysis, Test and Balancing (TAB) procedures, modifications, minor repairs, and recommendations for HVAC systems. Services will support base-level Civil Engineers (CE) at selected AF and SF facilities throughout the Continental United States (CONUS), Alaska, and Hawaii. Tasks include analyzing system operating and energy usage parameters, performing minor in-scope repairs, calibrating control systems, and modifying control system set points. The contract requires technically qualified labor, experienced management, travel, materials, repair parts, and necessary tools and equipment, all in accordance with Unified Facility Guide Specifications (UFGS).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Ordering Period: Five years (estimated March 31, 2026, through March 30, 2031)
- Period of Performance (per Task Order): 180 calendar days
- Minimum Award Guarantee: $200,000
- Maximum (Ceiling): $9,700,000
- Set-Aside: Total Small Business (NAICS Code: 238220, Size Standard: $19M)
- Proposal Due: February 4, 2026, at 2:00 PM CT
- Published Date: January 6, 2026
Evaluation
Award will be based on a subjective tradeoff source selection methodology. Evaluation factors include:
- Technical Approach: More important than price, with subfactors for Qualified Staffing, Technical Plan, Response to Execution of Initial Task Order, and Quality Control Plan (QCP).
- Past Performance: Evaluated as Acceptable or Unacceptable; an Unacceptable rating renders a proposal ineligible.
- Price: Evaluated for reasonableness. Offerors are encouraged to propose their most advantageous pricing in initial responses.
Special Requirements & Notes
- Personnel Qualifications: Key personnel (Contract Manager, Technical Support) require specific educational backgrounds, certifications (e.g., PE for CM), and extensive HVAC experience (10+ years).
- Security: Personnel require a minimum of a NACI/SF85 and must comply with base regulations and security policies.
- Cybersecurity: NIST SP 800-171 and CMMC certification are required at the time of award.
- Deliverables: Include Work Progress Schedule, Report of Visit, and Monthly Status Reports.
- Organizational Conflict of Interest (OCI): BB&E Inc. is excluded from submitting a proposal.
- Registration: Offerors must have a Commercial and Government Entity (CAGE) code and be registered with the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE).
- Contact: Mrs. Lisa Jones (lisa.jones.31@us.af.mil, 850-283-6302).