MAHG231025 Repair Holbrook Manor HVAC, B7320
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 Department of the Air Force, 81 CONS CC, at Keesler Air Force Base, MS, is soliciting proposals for the repair and replacement of the HVAC system at Holbrook Manor, Building 7320. This project, valued between $5,000,000 and $10,000,000, is a Total Small Business Set-Aside. Proposals are due by April 27, 2026, at 11:00 AM CDT.
Scope of Work
This opportunity requires the repair and replacement of Air Handling Units (AHUs) and Variable Air Volume (VAV) units, including integration into a new Direct Digital Control (DDC) package. The DDC system must be compatible with existing Metasys or Desigo Building Management Systems. Work will be phased to allow the facility to remain occupied and operational, with only one wing unoccupied at a time. The scope includes furnishing all equipment, labor, supervision, and materials, maintaining cleanliness, and disposing of materials. Specific technical specifications for various HVAC components, materials, and installation are detailed in Attachment 1 - MAHG231025 Repair HVAC Holbrook Manor B7320 SPECS Master 26MAR26, which includes the newly incorporated Specification Section 23 73 13.00.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: 270 calendar days from the date of award/notice to proceed, estimated from June 11, 2026, to March 08, 2027.
- Estimated Value: $5,000,000.00 - $10,000,000.00
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Funding: Award is contingent upon fund availability.
Submission & Evaluation
- Proposal Due Date: April 27, 2026, by 11:00 AM CDT. Offerors should confirm their proposal is received by 81 CONS, and may need to split submissions due to file size.
- Submission Method: Electronically via email or hard copy.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Required Submittals: Past Performance Reference List and Past Performance Questionnaire are required, with the questionnaire due by April 27, 2026. Contract-specific QA/QC and Safety Plans are also mandatory, requiring a separate Quality Control (QC) Manager.
- Bonds: Performance and Payment Bonds are required.
- Offer Validity: Offers must be valid for 270 calendar days after the due date.
- Site Visit: A site visit was held on April 2, 2026.
- RFI Due: Requests for Information were due by April 9, 2026.
Key Requirements & Clarifications
- A single superintendent cannot fulfill both superintendent and QC Manager roles; a separate QC Manager is required.
- All motorized outside air dampers within the AHU system must be new.
- All VAVs within the facility are to be replaced.
- Repair of existing ceiling damage is generally excluded, except for areas disturbed by access panel removal or specific restroom edges.
- Contractors are responsible for providing normal submittal data for the DDC system for government review, not a third-party certified cybersecurity plan.
- The elevator can be used for moving equipment and materials, provided safety regulations are observed and the interior is protected.
- Various permits (dig, burn, hot work, confined space entry, crane) may be required.
- Compliance with Davis-Bacon Act wage rates for Harrison County, MS, is mandatory.
- Offerors must acknowledge all amendments.