Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 15, 2025 at 8:00 PM
Updated August 16, 2025
Renovation of a military facility in Phoenix, Arizona. Completed plans call for the renovation of a military facility.
AAQ510ATL-AFN, FAA-B710-PHX-SOW The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-25-R-00408, PHX HVAC Replacement, Phoenix (Scottsdale), AZ, as detailed in the Statement of Work (SOW) attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy as supplemented with additional information included in this notice. The selected Contractor will remove and dispose of the existing 5 HVAC units and associated ductwork from the facility. The Contractor will also provide and install two (2) new 15 ndash;ton Packaged HVAC units with associated ductwork, two (2) V-PAC wall mounted systems, HVAC controls, and all associated components at the site. The FAA contemplates award of a Firm Fixed Price Contract as a result of this solicitation. This requirement is set-aside and offered to all small business concerns. The NAICS code for this acquisition is 238220 ndash Plumbing, Heating, and Air Conditioning Contractors - $19 Million. The estimated cost magnitude for this project is between $200,000 and $400,000. Projected Period of Performance for this project is approximately 60 calendar days. All interested sources should first attempt to download the attached SIR document(s). If downloading is not possible, all requests for copies of the SIR document(s) must be made in writing to the attention of Marc Lemay, Contracting Officer (AAQ-570), via e-mail at Marc.Lemay@faa.gov and Suzanne.T-CTR.Huggins@faa.gov NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail to be received. There is an optional site visit on July 31, 2025, at 10:00am. This is the only site visit that will be scheduled for the anticipated project and no individual site visits will be permitted. Meeting point: Latitude/Longitude 33.981281, -111.797941, near E. State Highway 562, Phoenix (Scottsdale), AZ. To attend the site visit, advanced notice via Marc.Lemay@faa.gov and Suzanne.T-CTR.Huggins@faa.gov is required. Note: The site visit will be canceled without notice, if no notices of attendance are received by July 28, 2025, at 3:00pm ET. All Questions/Requests for Information (RFI) must be emailed to Marc.Lemay@faa.gov no later than August 7, 2025 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. No questions concerning the project will be answered during the site visit unless the Contracting Officer or the Contracting Officer' s Representative is present at the site visit: however, no changes are made to the SIR unless a written amendment is issued. The FAA assumes no responsibility for any conclusions or interpretations made by the contractor based on the information received by any means other than in writing from the Contracting Officer. The FAA does not assume responsibility for any understanding reached or representation made concerning conditions, which can affect the work, by any of its officers or agents before the execution of this contract, unless that understanding, or representation is expressly stated in the contract. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. Proposals must be received by email no later than August 14, 2025 3:00 PM EDT to marc.lemay@faa.gov and suzanne.t-ctr.huggins@faa.gov When responding to this Screening Information Request/Request for Proposal (SIR/RFP), each offeror is required to submit a technical proposal AND a cost proposal in accordance with Clause SA18 ndash Proposal Content outlined in Section L, page(s) 52-53 of the Screening Information Request (SIR). In accordance with SIR Section L provision 3.2.2.3-14 entitled, quot Late Submissions, Modifications, and Withdrawals of Submittals, quot any proposals received after the due time and date of 3:00p.m. EDT, August 14, 2025, will not be considered. In addition, if all requested information is not furnished in the offeror #39 proposal, the offeror #39 s proposal may be determined to be non-responsive and ineligible for consideration for contract award. To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov). This SIR/RFQ is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. No individual notification of any amendments will be provided. It is the Offeror rsquo s responsibility to visit this website frequently for updates on this procurement. Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law. The selected Contractor shall furnish all labor, product, equipment, materials, and supervision for the demolition and installation associated with the HVAC Replacement Project at the Phoenix (Mt. Humboldt) (PHX) Long Range Radar (ARSR) site located near Scottsdale, AZ. "Demolition" includes but is not limited to removing and disposing of the existing 5 HVAC units and associated ductwork from the facility. "Installation" includes but is not limited to providing and installing 2 new 15-ton Packaged HVAC units with associated ductwork, 2 V-PAC wall mounted systems, HVAC controls, and all associated components at the site. Prior to "installation," all of the equipment and material shall be reviewed and accepted by an FAA representative. The following items are a summary of the project and are provided solely for the purpose of describing the general nature of the work. The Contractor is responsible for accomplishing all items of work identified in the applicable drawings, specifications, and provisions of the contract: A. General 1. PHX ARSR is an active operational facility that runs 24 hours a day, 7 days a week. 2. All work shall be coordinated with the FAA and be accomplished on a "Not to interfere with FAA operations" basis. 3. Construction material shall be stored only in FAA approved areas. 4. Construction staging shall be allowed only in the FAA approved areas. 5. The Contractor shall provide all temporary services required for construction. 6. The Contractor shall clean up and restore the site grounds to its original condition after the work has been performed. B. Demolition 1. Remove and properly dispose of existing HVAC units (5 units) supporting the Equipment Room and UPS Building. Provide certificate of disposal for refrigerant. 2. Remove and properly dispose of the associated ducting, controls and other related components in the Equipment Room in accordance with M001(I). 3. Remove and properly dispose of the existing V-PAC units in the UPS Building and all associated controls and other related components in accordance with M002(I). 4. Relocate interferences for the new equipment as needed to allow clearance for new ductwork. All relocations must be done with prior approval from the COR. 5. Patch all wall openings left as a result of the demolition to match surrounding areas. 6. Due to the critical equipment inside this facility, reliable cooling is required throughout the project. Temporary HVAC units will be necessary. Prior to switching over to the new units, a 24-hour continuous run-in test is required. A. Installation New Air Conditioners- Equipment Room 1. Provide and install 2 each new Trane Precedent 15-Ton Packaged Air Conditioning Units (TCH181F300AA) with direct drive indoor fan, or FAA approved equal, and all associated components into the general locations shown on installation drawing M001(I). Exact locations are to be field determined. The minimum characteristics of the new air conditioning units shall be as follows: a. Commercial application b. R-410a Refrigerant c. 15 tons nominal Capacity d. Condenser Hail Guards e. Standard Static Indoor Fan f. Low Ambient Cooling g. FreezeStat h. Hinged Access Doors i. Return Air Smoke Detector j. 208V / 60 hertz / 3 phase k. Associated Factory Curb or Stand l. GFCI Outlet - Powered m. Economizer with barometric relief 2. Mount unit curbs or stands to concrete using concrete anchor/studs. Secure new units per manufacturer's instructions. 3. Install 1 each Government Furnished (GFE) OAS HVAC controller. Contractor will be responsible for providing and installing _" conduit from the controller and properly sized thermostat wire to each new unit. a. OAS HVAC controller is limited to a single-stage input for heating. If the HVAC unit has two-stages of heating, Contractor shall install a time delay to ensure both stages of heating do not energize simultaneously. New Air Conditioners - UPS Building 1. Provide and install 2 each new Bard 3-ton wall-mounted VPAC units (W36A2B09XP4XXJ) or FAA approved equal, and all associated components into the same general locations shown on installation drawing M002(I). Exact locations are to be field determined. The characteristics of the new air conditioning units shall be as follows: a. Commercial application b. R-410a Refrigerant c. 36,000 BTU/hr total Capacity d. 3-ton e. Remote Thermostat f. Low ambient controls g. 208V / 60 hertz / 3 phase h. Dehumidification i. Coated coils, inside and outside of unit 2. Install 1 each Government Furnished (GFE) OAS HVAC controller. Contractor will be responsible for providing and installing _" conduit from the controller and properly sized thermostat wire to each new unit. a. OAS HVAC controller is limited to a single-stage input for heating. If the HVAC unit has two-stages of heating, Contractor shall install a time delay to ensure both stages of heating do not energize simultaneously. New Ductwork 1. Provide and install new ducting per SMACNA standards as detailed on associated install drawing M001(I). A non-motorized counterbalanced back-draft damper shall be installed in the supply ductwork for each HVAC unit as to prevent back-flow to a non-active unit during normal operation. A 14"x14" access door is required to be installed downstream of each back-draft damper and near security bar locations. 2. Install new return ducting and grilles at the general locations shown on the installation drawing M001(I). 3. Dimensions shown on drawings are airway (interior) dimensions. Externally insulate duct when possible. 4. Exterior ducting shall be externally insulated and covered in a protective coating similar to VentureClad 1577CW or FAA approved equal. Once fully sealed/weatherproofed, install 0.040 aluminum sheeting over ductwork. Seal all seams in the aluminum sheeting with VentureClad 1577CW or FAA approved equal. 5. All new hangers shall be trapeze style. Other hanger styles can be submitted to the FAA for review/approval. 6. All ductwork bonding shall comply with the latest revision of FAA Standard FAA STD-019, "Lightning Protection, Grounding, Bonding and Shielding Requirements for Facilities". Ceiling Tiles 1. Replace all existing ceiling tiles with new. 2. Tiles shall be similar in size and style as existing. 3. Existing grid may be reused/modified if possible. LED Lighting 1. Replace existing florescent lighting with new LED lighting as follows: a. New LED Lighting shall be a one-for-one replacement with existing fluorescent bulbs & fixtures, providing equal or greater light (lumens) per sq ft. b. Actual Fixture location shall be altered to accommodate new ductwork. c. LED light fixtures shall be similar design to existing. Drop ceiling models installed into the same circuits as the existing lights. Lights shall be RAB EZPAN2X4-40N/D10LED Troffer (4000K Color Temperature), or FAA approved equal. i. LED fixture must be fully sealed to prevent bug entry. ii. Troffer surface mount kit required for all surface mounted lights. d. In areas requiring hanging light due to ductwork or other interference, utilize Lithonia SBL4 48L (4000K Color Temperature) or FAA approved equal. Electrical 1. All electrical work shall comply with the latest revision of FAA specification FAA-C 1217H, "Electrical Work, Interior". 2. All equipment grounding shall comply with the latest revision of FAA standard FAA STD-019F, "Lightning Protection, Grounding, Bonding and Shielding Requirements for Facilities". 3. All bonds shall be exothermic welds or FAA approved pressure connections. 4. Contractor shall confirm breaker size prior to construction and replace if necessary per unit manufacturer specifications. Breakers may be oversized if the associated disconnect is properly fused for the serviced equipment. 5. Provide and install properly sized Heavy Duty disconnects and connecting wires for each new air conditioner unit. Outdoor disconnects shall be NEMA 3R minimum rating. Each disconnect shall be fused to match manufacturer rating for supported equipment. 6. Provide and install a new electrical circuit for the wall-mounted VPAC units as necessary. Circuit will be identified prior to start of construction and approved by FAA Representative. 7. Provide updated printed Panel schedules to affected Panels. 8. Label each new/reused disconnect with Voltage, Phases, and Source Panel & Breaker info. Labels shall be plastic engraved nameplates with white letters and black background. Letter size must be 1/8" for controls, 3/16" for devices on control panel covers and 3/8" for safety switches, air conditioning equipment and other equipment devices. Nameplates must be secured to equipment, cabinets and to controls with adhesive backing. 9. Utilize Liquid-Tite type flexible conduit when flexible application is required. Flex conduit shall not exceed 6' individual length. 10. EMT Conduit is only allowed on the interior of FAA facilities. All outdoor conduits shall be rigid steel with threaded connections. 11. Where EMT is used, only compression-type fittings are acceptable. Ice Shield 1. All exposed ducting and equipment between the tower foundation and the building shall be protected from falling ice. 2. Ice shield shall be galvanized steel structure, with extruded metal covering. Scaffolding planks are recommended but a properly reinforced extruded steel mesh is acceptable also. Concrete Pad 1. Provide and install new concrete pads for the HVAC Units. Testing and Balancing 1. Perform an operational check of all newly installed equipment. 2. Confirm the cooling capacity is 15-tons and cfm rate is a minimum of 6000 cfm for new air conditioning units. Confirm proper operation of all dampers. 3. Confirm compressor operation and staging (if applicable) for the controls and air conditioning units and economizers. 4. Balance airflow as shown on M001(I). Provide Test & Balance Report upon completion of project. 5. Confirm the cooling capacity is 3-tons and a cfm rate is a minimum of 1200cfm for new UPS Building wall-mounted V-Pac units. Maintenance Equipment: 1. Provide the following equipment to the FAA for continued maintenance of the new R-410a HVAC Equipment. a. Valve Manifold (Fieldpiece SMAN482V with associated hoses or FAA approved equal) b. Recovery Machine (Fieldpiece MR45 or FAA approved equal) c. Vacuum Pump (Fieldpiece VPX7 or FAA approved equal) d. Vacuum Gauge (Fieldpiece MG44 or FAA approved equal) e. Digital Refrigerant Scale (Fieldpiece SR47 or FAA approved equal) f. Recovery Tank (Mastercool 62010 or FAA approved equal) g. 4 sets of replacement filters - Manufacturer Recommended h. 1 Spare set of disconnect fuses (if applicable) i. 1 Spare set of evaporator fan belts Training: 1. Provide new equipment training to the facility personnel for all newly installed equipment. Training shall consist of at least 4 hours detailing the new units and individual components of the system, including Filter Replacement, Lock Out Procedures, and any special features of installed equipment. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Post-Bid
Military
$400,000.00
Public - Federal
Renovation
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
August 14, 2025
September 15, 2025
3500 Sky Hbr Blvd, Phoenix, AZ
Related To This Project
Phoenix, AZ
Bid Date: Aug 08 2025
Phoenix, AZ
--
Phoenix, AZ
Bid Date: Aug 18 2025
Phoenix, AZ
Bid Date: Aug 15 2025
Phoenix, AZ
--
Phoenix, AZ
Bid Date: Aug 05 2025
Phoenix, AZ
--
Phoenix, AZ
Bid Date: Aug 28 2025
Phoenix, AZ
Bid Date: Jul 31 2025
Phoenix, AZ
Bid Date: Jul 31 2025
Phoenix, AZ
--
Phoenix, AZ
Bid Date: Aug 29 2025
Phoenix, AZ
Bid Date: Aug 08 2025
Phoenix, AZ
Bid Date: Aug 13 2025
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
