IHAT CRAC Unit Replacement Edwards AFB

SOL #: FA930226Q0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9302 AFTC PZZ
EDWARDS AFB, CA, 93524-1185, United States

Place of Performance

Edwards, CA

NAICS

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

PSC

Air Conditioning Equipment (4120)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 13, 2026, 6:00 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 Department of the Air Force is soliciting proposals for the IHAT CRAC Unit Replacement at Edwards Air Force Base, CA. This requirement involves the replacement and upgrade of two existing Direct Expansion (DX) Computer Room Air Conditioning (CRAC) unit systems, including condensing units, located in Bldg. 1020 Rm. 400. This acquisition is a 100% Small Business Set-Aside. Quotes are due by February 13, 2026, at 10:00 AM PT.

Scope of Work

The project's objective is to replace and upgrade two end-of-life DX CRAC unit systems. The scope includes:

  • Providing all labor, materials, and equipment for the CRAC unit replacement.
  • Procuring and delivering new DX CRAC unit systems, with specifications requiring government approval.
  • Installing new systems by qualified personnel, minimizing facility downtime.
  • Integrating new systems into the building's Siemens Desigo control system via BACnet.
  • Conducting comprehensive testing and validation, including airflow and temperature/humidity monitoring by a licensed third-party Test and Balance contractor.
  • Decommissioning and disposing of existing equipment off-base in accordance with environmental regulations.
  • Adhering to ICD/ICS 705 standards for perimeter modifications if existing penetrations are assessed and modified.

Performance Criteria

New CRAC units must meet specific performance standards:

  • Cooling Capacity: 26 to 30 tons per unit.
  • Redundancy: N+1 configuration with rotation interface.
  • Energy Efficiency: Variable speed fans and controls.
  • Electrical Compatibility: 480V, 3Ø power supply.
  • Physical Constraints: Units must fit existing locations (condensing units on exterior roof, CRAC units inside).
  • Humidity Control: Maintain relative humidity between 30% and 40% (target 35%).
  • Building Automation: BACnet communications capability for integration.

Contract & Timeline

  • Contract Type: Firm Fixed Price.
  • Period of Performance: Delivery within 120 Calendar Days from the date of award.
  • Set-Aside: 100% Small Business.
  • NAICS Code: 333415 (Size Standard: 1250 employees).
  • Quotes Due: February 13, 2026, at 10:00 AM PT.
  • Published Date: February 4, 2026.

Submission & Evaluation

Quotes shall be submitted via email to jamil.minosa.2@us.af.mil and karla_lizette.vazquez_montes@us.af.mil. Offerors must prepare quotations in accordance with FAR 52.212-1 and include SAM UEI, CAGE Code, Contractor Name, Payment Terms, POC, Email, Offer Expiration Date, Capabilities Statement, Delivery Terms, and a completed FAR 52.212-3 (or notification of SAM.gov availability). Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Quotes will be ranked by price, and the lowest-priced technically acceptable offer will be selected. Technical acceptability will assess the ability to replace and upgrade the specified CRAC unit systems. The government intends to award without discussions, so initial quotes should represent the best terms.

Special Requirements & Notes

  • All contractor personnel must be US citizens and customer-cleared.
  • Existing refrigerant lines can be reused if correct size but must be flushed. Disposal of refrigerant and units must be off-base.
  • A new condensate pump is required; existing drain piping may be reused if serviceable.
  • The freight elevator has a maximum load capacity of 15,000 lbs.
  • Visual documentation of mechanical penetrations is available for review.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 8
Solicitation
Posted: Feb 12, 2026
View
Version 7
Solicitation
Posted: Feb 4, 2026
View
Version 6Viewing
Solicitation
Posted: Feb 4, 2026
Version 5
Solicitation
Posted: Feb 4, 2026
View
Version 4
Solicitation
Posted: Dec 12, 2025
View
Version 3
Solicitation
Posted: Dec 12, 2025
View
Version 2
Solicitation
Posted: Dec 1, 2025
View
Version 1
Solicitation
Posted: Nov 21, 2025
View