Opportunity

SAM #ACQR6124130R

HVAC System Upgrades and Duct Cleaning at Naval Submarine Base New London

Buyer

Naval Facilities Engineering Systems Command Mid-Atlantic

Posted

April 15, 2026

Respond By

May 04, 2026

Identifier

ACQR6124130R

NAICS

561790, 238220, 238290

This opportunity involves major HVAC system cleaning, upgrades, and mechanical repairs at the Naval Submarine Base New London in Groton, Connecticut, managed by the Department of the Navy (NAVFAC Mid-Atlantic and NAVFAC New London FEAD). - Government Buyer: - Department of the Navy, Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic and New London FEAD - Offices at Naval Submarine Base New London, Groton, CT - OEMs and Vendors: - Valent (specified for Dedicated Outside Air Systems/DOAS; "or approved equal" alternatives permitted) - Multiple VRF system manufacturers (no specific OEMs named, but R-410A VRF systems required) - Products and Services Requested: - Installation of two rooftop-mounted Dedicated Outside Air Units (DOAS), 4065 CFM, natural gas heat, stainless-steel heat exchanger, factory-installed VFD/DDC controls (Valent or equivalent) - Four VRF System Outdoor Units (36, 22, 18, and 3 tons) and 50 VRF Indoor Units (wall, cassette, ducted) - Inline exhaust/supply fans, unit heaters, heat recovery units, aluminum louvers, air handling units, fan coil units, condensing units, cabinet/unit heaters, centrifugal pumps, exhaust fans, vortex flow meter, expansion tanks, sound attenuators, and flash tanks - Comprehensive demolition of existing mechanical systems and installation of new HVAC, ductwork, piping, and controls - Direct Digital Controls (DDC) integration with BACnet-compatible building automation - HVAC duct cleaning and sanitizing for Barracks Buildings 534, 560, and 559, including all AHUs, FCUs, main and branch ducts, and bathroom exhausts, following NADCA standards - Cleaning and sanitizing covers 85 berthing rooms and 85 bathrooms in Building 560 - Unique or Notable Requirements: - Strict adherence to the latest ACR NADCA Standard for HVAC cleaning and documentation - Before-and-after color photographic documentation required - Handling and notification protocols for hazardous materials (asbestos, lead paint) - Environmental compliance, including SDS submittals, regulated waste management, and Navy/federal reporting - Work in occupied, multi-story residential/commercial buildings - DDC controls must be BACnet-compatible and coordinated with the building automation system owner - Site Superintendent/SSHO/QC Manager with appropriate qualifications required - All labor, tools, materials, and equipment to be provided by contractor

Description

This is a solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number is ACQR6124130R and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2025-04, effective 06/11/2025, located at FAR | Acquisition.GOV. Defense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI), effective 01/17/2025, located at https://www.acquisition.gov/dfarspgi Class Deviations, located at Class Deviations. This will be a 100% Veteran-Disabled Veteran Owned Small Business Set-Aside. The associated NAICS code is 561790 for Plumbing, Heating and Air Conditioning Contractors, and the Small Business Size Standard is $22M. FSC/PSC: Z1NZ – Maintenance of Other Utilities The Government intends to award a contract resulting from this solicitation to the responsible offeror with the Lowest Price Technically Acceptable Quote based on the following evaluation factors: 1) Price 2) Corporate Experience 3) Past Performance The offeror’s quote shall contain a response to each of the evaluation factors in the form prescribed by the solicitation. The resulting contract will be awarded to the responsible offeror whose quote, confirming to the Request for Quote, will be most advantageous to the Government. Price and all other evaluation factors will be considered. Corporate experience and past performance, when combined, are approximately equal when compared to price.

FACTOR 1 - Corporate Experience

A copy of a blank “Corporate Experience Form” is provided for use as Attachment A.

Solicitation Submittal Requirements: Submit one (1) project similar in size, scope and complexity to the RFQ, unless Offeror is a Joint Venture. If the Offeror is a Joint Venture, a minimum of one (1) project per partner must be submitted. For purposes of this solicitation, a relevant project must include HVAC system cleaning in a multi-story residential or commercial building. The project must have been completed by your firm within the past five (5) years. Use the below Corporate Experience Form (Attachment A) to submit projects. Project description for the project shall explain the detailed scope of work performed and the relevancy to the project requirements of this RFQ.

Size, scope and complexity are further defined as follows:

Size: Multi-story barracks, dormitories or residential buildings (e.g., apartments) containing over 100 individual rooms and associated bathrooms. Scope: Inspection, cleaning, and sanitization of HVAC systems, removing all visible surface contaminants from the interior surfaces of the air distribution system. This includes the cleaning and disinfecting of all Air Handling Units (AHUs), Fan Coil Units (FCUs), main distribution ducts, branch air ducts, and dedicated bathroom exhaust ventilation systems, including fans and associated ductwork. Complexity: Cleaning and verification adhere to National Air Duct Cleaners Association (NADCA) standards. Contractors must provide detailed verification of cleanliness, including before-and-after color photographs for all cleaned components. Work was performed in and around occupied buildings, requiring careful coordination to minimize disruption.

Basis of Evaluation: Quote will be evaluated to determine whether the offeror has demonstrated experience performing a minimum of one project similar in size, scope, and complexity to the project required by the RFP.

Quotes that fail to use the attached Corporate Experience form will NOT be evaluated. All projects submitted which are outside of the specified 5-year period will NOT be evaluated. Quotes that fail to provide all requested data, an accessible point of contact, or correct phone/fax numbers may result in the project NOT being evaluated.

*Quotes that fail to submit projects for all venture partners will NOT be evaluated

FACTOR 2 - Past Performance on Recent, Relevant Projects:

Solicitation Submittal Requirements: IF A COMPLETED CPARS EVALUATION IS AVAILABLE FOR ANY/ALL PROJECTS SUBMITTED UNDER FACTOR 1, THE EVALUATION SHALL BE SUBMITTED WITH THE QUOTE. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire (PPQ) included in the solicitation is provided for the offeror or its team members to submit to the client for each project the offeror includes in its quote for Factor 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE.

IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your quote. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before quote closing date, the offeror should complete and submit with the quote the first page of the PPQ (Attachment B), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Allison King, via email at Allison.n.king2.civ@us.navy.mil prior to quote closing date. Offerors shall not incorporate by reference into their quote PPQs or CPARS previously submitted for other RFPs. Include performance recognition documents received within the last five years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition.

In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror’s quote, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror.

A copy of the blank Past Performance Questionnaire to be used for requesting client references is included below as Attachment B.

Basis of Evaluation:

The degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering:

A pattern of successful completion of tasks; A pattern of deliverables that are timely and of good quality; A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc.); and Recency of tasks performed that are identical to, similar to, or related to the task at hand A respect for stewardship of Government funds

BASIS FOR AWARD

Offerors will be evaluated using the commercial procedures as prescribed in FAR Part 12. The solicitation will utilize the following evaluation factors: Price, Corporate Experience and Past Performance. The offeror’s quote shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The resulting contract will be awarded to the responsible offeror whose quote, conforming to the Request for Quote (RFQ), offers the lowest-priced, technically-acceptable quote, price and other evaluation factors considered.

The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest priced, technically acceptable offer.

As stated in the solicitation, the Government intends to evaluate quotes and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of quotes that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of quotes in the competitive range to the greatest number that will permit an efficient competition among the most highly rated quotes.

The Low-Price, Technically-Acceptable (LPTA) process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.

Additional evaluation and award procedures follow, including the importance of non-price factors, registration requirements, and other contractual clauses, which are detailed in the original document.

View original listing