Opportunity

SAM #W50S9B26BA003

HVAC System Replacement with Honeywell DDC at Redhorse Facility, Virginia Beach, VA

Buyer

U.S. Army National Guard

Posted

May 13, 2026

Respond By

May 28, 2026

Identifier

W50S9B26BA003

NAICS

238220, 236220

The Virginia Air National Guard is soliciting bids for a firm fixed-price contract to replace the HVAC system at Building 203, Redhorse Facility in Virginia Beach, VA. - Government Buyer: - Virginia Air National Guard (under the Department of Defense and Department of the Army) - OEMs and Vendors: - Honeywell (specified for Direct Digital Control (DDC) system) - Products and Services Requested: - Complete replacement of the HVAC system for a 21,000 sq. ft. facility - Installation of ancillary components, new transformer, lighting, ceiling grid, and catwalks - Installation of a Honeywell brand-specific DDC system for compatibility with existing systems - Unique or Notable Requirements: - Honeywell DDC system is a brand name requirement for system compatibility - Set aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB) - Contract duration is 180 calendar days after notice to proceed, including inspection and punch list - Estimated contract value between $1 million and $5 million - Place of Performance: - Redhorse Facility, Building 203, Virginia Beach, VA - Contracting Office: - Langley Air Force Base, 165 Sweeney Rd, VA

Description

Presolicitation Notice

Invitation for Bids (IFB) Small Business Set Aside

NAICS Code: 236220 - Commercial and Institutional Building Construction

The Virginia Air National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the HVAC System Replacement at Bldg 203 Redhorse Facility located in Virginia Beach, VA.  Bldg 203 is a 21,000 SF facility that the HVAC system has reached its end of life and needs to be replaced.  The system includes a new HVAC system, ancillary components, new transformer, lighting, ceiling grid, catwalks and DDC.

The contract duration will be 180 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Service Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $1,000,000 and $5,000,000.

The tentative date for issuing the solicitation is on-or-about 29 May 2026. The tentative date for the pre-bid conference is on-or-about 11 June 2026, 1000 EST local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 5 June 2026 via email to desiree.santos.2@us.af.mil.

The bid opening date is tentatively planned for on-or about 10 July 2026. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration).

The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.

Your attention is directed to RFO FAR clause 52.219-14(e)(3), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.

The following information is provided:

(1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at RFO FAR 43.204, DFARS 243.304 and AFARS 5143.204.

(2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements.

DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

NOTE 2: Paragraph for specification of brand name items:

Honeywell DDC system is brand name specific for compatibility to existing installation systems (noted justifications will be included with solicitation).

View original listing