LMA Tech Trailer HVAC Replacement

SOL #: W912EF26QA045Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
US ARMY ENGINEER DISTRICT WALLA WAL
WALLA WALLA, WA, 99362-1876, United States

Place of Performance

Kahlotus, WA

NAICS

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

PSC

Air Conditioning Equipment (4120)

Set Aside

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

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 24, 2026, 12:00 AM

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 U.S. Army Engineer District Walla Walla, under the Department of Defense, is soliciting proposals for the LMA Tech Trailer HVAC Replacement project. This Total Small Business Set-Aside opportunity involves the purchase, installation, and commissioning of new electric HVAC systems for the Tech Section Office Building at Lower Monumental Lock & Dam in Kahlotus, WA. Proposals are due March 24, 2026, at 05:00 PM Local Time.

Scope of Work

The project requires the supply, installation, and commissioning of high-efficiency, cold-climate, electric ductless heat pump systems. Key tasks include:

  • Removing and disposing of existing outdoor condenser units, line sets, wire whips, and mounting pads.
  • Adapting existing indoor air handlers for ventilation and emergency backup heat, ensuring freon evacuation and line set capping.
  • Supplying new, latest-version systems, ideally with all components from the same manufacturer.
  • Ensuring all installations comply with Corps of Engineers and OSHA safety standards, building and electrical codes, permits, and prevailing wages (as per the provided Wage Determinations).
  • Providing two hard copies and one electronic PDF of Operation and Maintenance (O&M) Manuals.

Specific system requirements are detailed for three areas:

  • Open Office Area: Multi-head system with a 4-ton outdoor unit and four 12,000 BTU/hr indoor units.
  • Office, Copy Room, Electrical Room: Multi-head system with a 2-ton outdoor unit and three indoor units (12,000, 12,000, and 9,000 BTU/hr).
  • Conference Room: Single system with a 1.5-ton outdoor unit and one 18,000 BTU/hr drop-ceiling mounted cassette indoor unit.

Architectural and engineering drawings are provided to aid bidders in understanding the scope, material requirements, and construction methods.

Contract & Timeline

  • Contract Type: Implied Firm Fixed Price.
  • Period of Performance: Installation and commissioning must be completed within 4 weeks of contract award.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 333415, Size Standard: 1250 employees.
  • Proposal Due Date: March 24, 2026, 05:00 PM Local Time.
  • Published Date: March 9, 2026.

Eligibility & Evaluation

  • Eligibility: Offerors must be licensed and bonded HVAC companies with at least ten (10) years of experience installing and servicing commercial and/or industrial HVAC systems. Proof of experience is required.
  • Basis for Award: Award will be made to the responsible offeror whose proposal represents the best value based on price and meets or exceeds all solicitation requirements.
  • Evaluation Factors: Past Performance and Quote Price (Lowest Price, Technically Acceptable).

Submission & Inquiries

  • Submission Instructions: Submit signed Standard Form 1449, signed Standard Form 30 (if applicable), completed pricing schedule, completed FAR 52.212-3 (Representations and Certifications), and descriptive materials.
  • Bidder Inquiries: Must be submitted via ProjNet using Bidder Inquiry Key: QPDQ5F-G8592H.
  • Contact: Primary: Gregory Moyer (Gregory.Moyer@usace.army.mil, 509-527-7207). Secondary: Kristin Hyde (kristin.a.hernandez@usace.army.mil).

Important Notes

Registration in SAM.gov is mandatory. Offerors must include shipping costs in their quoted price, and quotes must be valid for 30 calendar days after the due date. Specific security requirements, safety training, and access control procedures apply for the performance location at Lower Monumental Lock and Dam, Kahlotus, WA.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 12, 2026
View
Version 2
Solicitation
Posted: Mar 10, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 9, 2026