LDC Replace HVAC Systems, 21 BLDG (13300 Block)
SOL #: W912JM26QA006Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W7M3 USPFO ACTIVITY GA ARNG
MARIETTA, GA, 30069-0001, United States
Place of Performance
Fort Stewart, GA
NAICS
Plumbing (238220)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 27, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 9, 2026, 1:00 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 Army, through W7M3 USPFO ACTIVITY GA ARNG, is soliciting proposals for the replacement of HVAC systems in 21 buildings (19 Barracks and 2 Latrines) at the Land Dominance Center, Fort Stewart, GA. This is a Total Small Business Set-Aside. Proposals are due April 9, 2026, at 09:00 AM Local Time.
Scope of Work
The project involves the comprehensive removal of existing HVAC components and the installation of new, energy-efficient systems. Key tasks include:
- Demolition: Removal of existing condensers, air handlers, natural gas furnaces, ductwork, line-sets, electrical disconnects, and thermostats.
- New Installation (19 Barrack Buildings): Installation of new 5-ton condenser units, air-handling units, and natural gas furnaces (120,000 BTUH input, 80% efficiency). This includes new insulated metal plenum boxes, drywall, electrical disconnects, thermostats, and refrigerant piping. Existing ductwork will be reused and re-insulated. Fire alarm batteries will be replaced, and control panels reprogrammed.
- New Installation (2 Latrine Buildings): Installation of new 5-ton condenser units, air-handling units, and natural gas furnaces. This includes new line-sets, insulation, natural gas piping, electrical disconnects, and thermostats. Existing vents, plenum boxes, and condensate drain piping may be reused.
- General: Replacement of all return air and outside air filters in all 21 buildings.
- Performance Standards: HVAC equipment must be 14 SEER or higher, furnaces 80% AFUE. All work must comply with SMACNA, NEC, IBC, and NPC standards. A 1-year warranty for materials/workmanship and a 5-year warranty on compressors are required.
Contract Details
- Contract Type: Solicitation (implied Firm-Fixed-Price based on pricing arrangement for line items).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238220 (Plumbing and Air-Conditioning Contractors) with a size standard of $19,000,000.00.
- Period of Performance: Work must be completed within 130 calendar days after the notice to proceed. The contractor may work on a maximum of three buildings concurrently.
- Bonds: No bid, performance, or payment bonds are required for this project.
Submission & Evaluation
- Offer Due Date: April 9, 2026, 09:00 AM Local Time.
- Submission Method: Proposals must be emailed to the designated points of contact. The SF 1449 must be completed and signed. Technical Proposal and Past Performance must be submitted in separate volumes.
- Evaluation Criteria: Best value source selection based on Technical, Past Performance, and Price. Technical factors include Quicker Installation, Lower Price, Superior Equipment Specifications, and Superior HVAC Experience.
Key Clarifications & Notes
- A site visit was conducted on April 3, 2026, at BLDG 10504, Fort Stewart, GA. A sign-in sheet is available.
- The government can provide a staging area for equipment.
- Construction Drawings (in PDF format) outlining the required work are included in the solicitation; as-built drawings for existing buildings are not available.
- Points of Contact for inquiries and submission are Ladell Holmes (ladell.d.holmes2.civ@army.mil, 678-569-9020) and Melvin F. Reid Jr (melvin.f.reid2.civ@army.mil, 678-569-8432). For project-specific questions, Mr. Michael Hall (678-569-9267) is listed in the SOW.
People
Points of Contact
Ladell HolmesPRIMARY
Melvin F. Reid JrSECONDARY
Files
Versions
Version 7
Solicitation
Posted: Apr 8, 2026
Version 6Viewing
Solicitation
Posted: Apr 7, 2026
Version 5
Solicitation
Posted: Apr 7, 2026
Version 4
Solicitation
Posted: Mar 31, 2026
Version 3
Solicitation
Posted: Mar 30, 2026
Version 2
Solicitation
Posted: Mar 30, 2026
Version 1
Solicitation
Posted: Mar 27, 2026