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, specifically the 375th Contracting Squadron (375 CONS LGC), is soliciting proposals for HVAC Preventative Maintenance, Inspection, and Repair Services for Building 1812 (Scott Inn) at Scott Air Force Base, IL. This is a Combined Synopsis/Solicitation for a Non-Appropriated Funds (NAF) acquisition, conducted as Full and Open Competition. The objective is to ensure optimal performance, extend the useful life, and maintain energy efficiency of HVAC systems. Proposals are due by Friday, February 27, 2026.
Scope of Work
The contractor shall provide all labor, supervision, tools, materials, equipment, and transportation for preventative maintenance (PM), inspection, and repair services. This includes various HVAC components such as 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. The scope also explicitly includes Backflow Preventers, Unit heaters, Elevator room split Air Conditioner, Sewer and storm water pumps, and Laundry Air Conditioner. Tasks involve inspections, cleaning, lubrication, filter/belt replacement, refrigerant checks, and water treatment testing. The contractor must furnish all required chemicals, respond to HVAC emergencies 24/7 within 2 hours, and provide repair quotes for non-PM deficiencies.
Contract Details
- Contract Type: Firm-Fixed-Price for quarterly and annual PM, and routine service calls (CLINs X001-X003). Time and Materials for additional repair work (CLIN X0004).
- Period of Performance: Estimated to begin March 1, 2026, with a base year and four 12-month option periods.
- NAICS Code: 238200 (Plumbing, Heating, and Air Conditioning)
- PSC Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
- Set-Aside: Full and Open Competition.
Submission & Evaluation
Offerors must submit a complete, self-sufficient quote via email. Required components include a Cover Letter, Expiration Date of Quote, Proposed Payment Terms/Discount, Technical Proposal (max 5 pages), Past Performance Information (using Attachment 3 for three recent and relevant references), and Pricing (using Attachment 2). Award will be made on a best-value tradeoff basis, where Technical Approach (Acceptable/Unacceptable) and Past Performance are more important than Price.
Key Dates & Contacts
- Proposal Due Date: Friday, February 27, 2026, at noon CST.
- Deadline for Questions: February 19, 2026, at noon CST.
- Site Visit: February 17, 2026, at 1000 CST (meet at 375 CONS building).
- Base Access Sponsorship Arrangement Deadline: February 12, 2026, at noon CST.
- Primary Contact: Margret West (margret.west@us.af.mil, 6182569252)
- Secondary Contact: Andrew Kleiser (andrew.kleiser.1@us.af.mil, 6182569299)