Scott Inn HVAC Preventative Maintenance Requirement
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 (FA4407 375 CONS LGC) is soliciting proposals for HVAC Preventative Maintenance, Inspection, and Repair Services at Scott Inn (Building 1812), Scott Air Force Base, IL. This is a Non-Appropriated Funds (NAF) acquisition, conducted as Full and Open Competition. The solicitation, identified as FA440726Q0100, seeks to ensure optimal performance and extended life for the facility's HVAC systems. Proposals are due Friday, February 27, 2026, at noon CST.
Scope of Work
The requirement covers comprehensive preventative maintenance (PM), inspection, and repair services for various HVAC equipment, including Rooftop Units, Boilers, Chillers, Cooling Towers, Pump Skids, Domestic Hot Water Heaters, Air Handling Units, Metasys Building Automation System, Sump Holding Tanks, and Water Softener Systems. Specific items clarified for inclusion are seven Backflow Preventers, Unit heaters (for freeze protection), Elevator room split Air Conditioners, Sewer and storm water pumps, and Laundry Air Conditioners. Services include quarterly and annual PM, repair/routine service calls, and additional work. The contractor must provide chemicals and respond to HVAC emergencies 24/7 with a 2-hour response time.
Contract & Timeline
- Contract Type: Single award, Firm-Fixed-Price for PM and routine service calls (CLINs X001-X003), and Time and Materials for additional repairs (CLIN X0004).
- Period of Performance: Estimated to begin March 1, 2026, with a base year (March 1, 2026 - February 28, 2027) and four subsequent 12-month option periods.
- Set-Aside: Full and Open Competition.
- NAICS Code: 238200 (Plumbing, Heating, and Air Conditioning)
- PSC Code: J041 (Maintenance, Repair and Rebuilding of Equipment: Refrigeration, Air Conditioning, and Air Circulating Equipment)
- Proposal Due Date: Friday, February 27, 2026, at noon CST.
Evaluation
Award will be based on a best-value tradeoff source selection. Non-price factors, specifically Technical Approach (evaluated on an Acceptable/Unacceptable basis) and Past Performance, are combined and considered more important than Price.
Key Submission Requirements & Notes
Offerors must submit a complete quote via email, including a Cover Letter, Technical Proposal (maximum 5 pages), Past Performance Information (three recent and relevant references), and Pricing (using the provided sheet). An Organizational Conflict of Interest (OCI) statement is also required. Contractor personnel must undergo LEADS background checks, complete AT Level I (Antiterrorism Awareness) training, and be certified for Metasys Building Automation System and Confined Space work for sump tank inspections. Compliance with Nonappropriated Fund Standard Clauses and the provided Wage Determination is mandatory.