Replace Remaining Water Source Heat Pumps, B4414
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 "Replace Remaining Water Source Heat Pumps, B4414" project at Marine Corps Air Station Cherry Point, NC. This procurement is a Total Small Business Set-Aside and is restricted to specific Mechanical MACC contractors. The project involves replacing twenty-two (22) Water Source Heat Pump (WSHP) units. Proposals are due March 9, 2026, by 1200 local time.
Scope of Work
This project requires the replacement of twenty-two (22) Water Source Heat Pump (WSHP) units that are not currently servicing classrooms at MCAS Cherry Point. The contractor will provide all necessary labor, supplies, and equipment. Key tasks include:
- Isolating units, disconnecting lines, and replacing them with new, like-in-kind units per manufacturer specifications.
- Connecting new units to existing supply and return water lines and performing leak tests.
- Installing new thermostats and linking new units to the Building Automation System (BAS) (Metasys).
- Performing operational tests on new units.
- Removing and properly disposing of old equipment, debris, and trash.
- Note: Refrigerant removal, evacuation, and leak testing are not necessary as the WSHPs are self-contained and pre-charged. Testing, Adjusting, and Balancing (TAB) will also not be required due to the like-in-kind replacement.
Contract Details
- Contract Type: Solicitation (RFP)
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 Million size standard.
- Estimated Cost Range: Between $250,000.00 and $500,000.00.
- Contract Completion: Within 275 calendar days after award.
- Liquidated Damages: $159 per calendar day of delay.
- Basis for Award: Lowest Price.
- Proposal Acceptance Period: 90 calendar days after receipt of offers.
Eligibility & Submission
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Restricted Bidders: Only the following Mechanical MACC contractors may submit a proposal: Mechworks Mechanical Contractors, Inc., North State Mechanical, Inc., and R&W Construction Company, Inc.
- Proposal Due Date: March 9, 2026, by 1200 local time.
- Submission Method: Proposals must be submitted via email to mason.l.sholar.civ@us.navy.mil and meghan.j.hislop.civ@us.navy.mil. The subject line must include the project number and contractor information.
- Mandatory Site Visit: A mandatory site visit was held on February 11, 2026, at 0900 at FEAD Cherry Point office, Building 87, MCAS Cherry Point.
- Requests for Information (RFIs): The cut-off for RFIs was February 19, 2026, by 1200.
- Bond Requirements: Bid bonds are required per FAR 52.228-1. For proposals valued at $40,000 to $149,999, a payment bond is required. For proposals $150,000 and greater, bid, payment, and performance bonds are required. Electronic copies with visible seals must be submitted with the proposal.
Special Requirements & Notes
The work will be performed in an occupied building at MCAS Cherry Point, NC, requiring coordination with the Government for access and staging. Contractors must adhere to Lock Out Tag Out procedures and register through the Defense Biometrics Identification System (DBIDS). Regular working hours are 7:00 am to 3:30 pm, Monday-Friday, with advance approval needed for work outside these hours or for utility disruptions. The contractor must designate one person to fulfill the roles of Superintendent, Quality Control Manager, and Site Safety and Health Officer, and comply with EM 385-1-1, NFPA standards, and activity-specific regulations, including an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA). The Government intends to award without discussions, so initial offers should contain the offeror's best terms. Funding availability is not guaranteed, and no award will be made if funds are unavailable.