NH-30 Chiller Replacement
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 Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for the NH-30 Chiller Replacement project at Naval Support Activity, Norfolk, Virginia. This opportunity is a Total Small Business Set-Aside and is restricted to specific Multiple Award Construction Contract (MACC) holders primarily in the Hampton Roads Area of Virginia. The project involves replacing a 50-Ton air-cooled chiller and its associated controls. Proposals are due Monday, March 9, 2026, by 1400 EDT.
Purpose
The primary objective is to replace the existing 50 Ton Air Cooled Chiller and its associated controls in Building NH-30, as the current unit has reached the end of its useful life.
Scope of Work
The project encompasses a comprehensive chiller replacement, including:
- Demolition: Shut down, disconnect, evacuate refrigerant, and remove the existing 50 Ton Outdoor Air-Cooled Chiller and related components via crane.
- New Installation: Install a new 50 Ton air-cooled chiller on the existing concrete pad, connecting chilled water lines and integrating new controls with the building automation system. Testing and balancing for chiller flow rates, pressure, and temperature are required.
- Electrical Work: Provide and connect a new 300A, 3P circuit breaker and a 400A, 3P fused disconnect with new conduit and wiring to the chiller.
- Site Cleanup: Dispose of all demolished materials off-base and maintain a clean job site daily.
- Performance Standards: All work must comply with standard industry practices, applicable local, state, federal codes, and Unified Facilities Criteria. Work is to be performed during regular Government working hours (8.5-hour period, Monday-Friday, excluding Government holidays).
Contract Details
- Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) Task Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Eligibility: Restricted to current MACC Contractors (N4008524D2508/2509/2510/2511/2512) in the Hampton Roads Area of Virginia.
- Product Service Code: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings).
- Place of Performance: Building NH-30, Naval Support Activity (NSA), Norfolk, Virginia.
- Period of Performance: 240 calendar days from task order award.
- Estimated Value: $250,000 to $500,000.
- Liquidated Damages: $219.96 per calendar day for delay.
Submission & Evaluation
- Proposals Due: Monday, March 9, 2026, by 1400 EDT.
- Submission Method: Electronically via the PIEE Solicitation Module. Late proposals will not be considered.
- Evaluation Criteria: Award will be made on a fair opportunity basis to the responsible offeror providing the lowest price.
- Proposal Acceptance Period: 120 days from receipt of offers.
- Site Visit: Scheduled for February 11, 2026, at 09:30 EST.
- Pre-Proposal Inquiries (PPIs): Due 14 days prior to the proposal due date, using the provided Attachment F form.
Key Attachments & Requirements
Bidders must review the Statement of Work (Attachment A) and Drawings (Attachment B) for detailed project specifications. Compliance with the Wage Determination (Attachment C) for Norfolk County, VA, is mandatory. Attachment K outlines additional FAR/DFARS clauses, including supply chain security and prohibited technologies. Attachment J requires representation regarding certain telecommunications and video surveillance services. Offerors must submit an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA) 15 calendar days prior to the pre-performance conference. Instructions for PIEE vendor access are provided in Attachment G.