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), 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 Total Small Business Set-Aside for a Firm-Fixed-Price (FFP) Single-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The objective is to achieve optimal performance and maximum efficiency of HVAC systems across Air Force and Space Force bases. Proposals are due February 4, 2026.
Scope of Work
The contractor will provide expert analysis, Test and Balancing (TAB) procedures, modifications, minor repairs, and recommendations for HVAC systems. Services are for selected AF and SF facilities throughout the CONUS, Alaska, and Hawaii. This is a recommissioning effort, not a preventive maintenance agreement, focused on bringing existing HVAC systems up to standards. Tasks include analyzing operating parameters, performing minor in-scope repairs, calibrating controls, and providing energy reports verifying performance improvement. The requirement is recurring, with the most recent contract held by Vision Building Energy Efficiency, LLC.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Single-Award IDIQ
- Ordering Period: Five years, projected from March 31, 2026, through March 30, 2031.
- Task Order PoP: 180 calendar days per task order.
- Minimum Guarantee: $200,000
- Contract Ceiling: $9,700,000
- Pricing: IDIQ will be awarded with FFP pre-priced CLINs based on building size categories (Small, Medium, Force Support).
- Set-Aside: Total Small Business (NAICS 238220, Size Standard $19M).
Evaluation Factors
Award will be based on a subjective tradeoff source selection methodology, considering:
- Technical Approach: More important than price, includes Qualified Staffing, Technical Plan, Response to Execution of Initial Task Order, and Quality Control Plan (QCP).
- Past Performance: Evaluated as Acceptable/Unacceptable; Unacceptable renders a proposal ineligible.
- Price: Evaluated for reasonableness.
Key Requirements & Deliverables
- Personnel Qualifications: HVAC REOS Contract Manager requires a PE license in Mechanical Engineering and 10 years of HVAC system design/TAB experience. Technical Support requires 10 years of field HVAC installation/maintenance/TAB experience.
- Security: Minimum NACI/SF85 background check for personnel. NIST SP 800-171 and CMMC certification are required at the time of award.
- Deliverables: Work Progress Schedule, Monthly Status Report, and Report of Visit (CDRLs A001, A003, A002).
- Compliance: Adherence to Unified Facility Guide Specifications (UFGS), DoE, FEMP, and DoDI guidance.
Important Notes
Offerors must have a CAGE code and be registered in SAM. BB&E Inc. is excluded due to an Organizational Conflict of Interest (OCI). Updated price sheets and all Questions and Answers have been attached to the solicitation. Site visits will not occur until after IDIQ award and the first task order is issued. The initial task order will be at Patrick Space Force Base, FL.