Replace Chiller York 2075
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.
Opportunity Overview
The Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a task order to Replace Chiller York 2075 at Naval Weapons Station Yorktown, VA 23691. This is a solicitation under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Construction Contract (MACC) for HVAC and Mechanical Construction Projects. The estimated price range for this project is $250,000 to $500,000.
Scope of Work
The contractor shall provide all supervision, labor, materials, and equipment necessary to:
- Decommission the existing 100-ton chiller (York 2075).
- Relocate the decommissioned chiller approximately two miles to the York 1595 site.
- Supply, install, and commission a new high-efficiency 100-ton air-cooled scroll packaged chiller at the original York 2075 location.
- Replace all insulation, heat tape, aluminum jacketing, pressure, and temperature gauges on water lines above the existing concrete pad.
Performance standards require the new chiller to meet specified technical specifications, including capacity, electrical requirements, and R-454B refrigerant type, with successful BACnet MS/TP integration to the Building Automation System (BAS). Construction is preferred between November and April.
Contract Details
- Contract Type: Task Order under an ID/IQ MACC (fair opportunity basis).
- Set-Aside: This task order is restricted to existing HVAC MACC contract holders. The underlying MACC is a Total Small Business Set-Aside.
- Period of Performance: 375 calendar days from the date of notice to proceed for commencement of work, and 375 calendar days from award for completion.
- Place of Performance: Naval Weapons Station Yorktown, Yorktown, VA.
Submission & Evaluation
- Mandatory Site Visit: April 16, 2026, at 0800 EST, at Naval Weapons Station Yorktown, in front of Gate 3.
- Pre-Proposal Inquiries (PPIs): Submit questions in writing via email to Kiana Owens (kiana.m.owens.civ@us.navy.mil) and Maurice Muse (Maurice.n.muse.civ@us.navy.mil) using Attachment G by April 29, 2026, 1400 EST.
- Proposal Due Date: Wednesday, May 20, 2026, at 1400 Eastern Standard Time. Late proposals will not be accepted.
- Submission Method: Electronic proposals (.pdf format) must be submitted via the PIEE Solicitation Module only. (Refer to Attachment D for PIEE Vendor Access Instructions).
- Evaluation: Award will be made to the responsible Offeror offering the best value. For this specific task order, evaluation will be based on price only (lowest price source selection).
- Bond Requirements: Offerors must furnish bonds per Clause 52.228-15 within 10 days after receipt of award.
- Wage Determination: Department of Labor General Decision Number VA20260169, effective January 30, 2026, applies.
Contact Information
- Primary: Kiana Owens (kiana.m.owens.civ@us.navy.mil, 757-887-4195)
- Secondary: Maurice Muse (Maurice.n.muse.civ@us.navy.mil, 757-887-4705)