Closed Solicitation · DEPT OF DEFENSE

    OLD HICKORY, POWERHOUSE HVAC REPLACEMENT

    Sol. W912P5QA045SolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)NASHVILLE, TN
    Closed
    STATUS
    Closed
    closed Sep 19, 2025
    POSTED
    Sep 8, 2025
    Publication date
    NAICS CODE
    333415
    Primary industry classification
    PSC CODE
    4120
    Product & service classification

    AI Summary

    The Department of Defense is soliciting bids for the supply and installation of two packaged water source heat pumps at the Old Hickory Powerhouse in Hendersonville, Tennessee. This is a Service-Disabled Veteran-Owned Small Business Set-Aside opportunity, with a firm-fixed price contract expected to be awarded to the lowest responsible bidder. Quotes are due by 19 September 2025.

    Contract details

    Solicitation No.
    W912P5QA045
    Notice Type
    Solicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    September 8, 2025
    Response Deadline
    September 19, 2025
    NAICS Code
    333415AI guide
    PSC / Class Code
    4120
    Issuing Office
    W072 ENDIST NASHVILLE
    Primary Contact
    BRADLEY EIRAS
    State
    TN
    ZIP Code
    37203-1070
    AI Product/Service
    both

    Description

    *AMENDMENT 0001: 
    1. EXTEND THE QUESTION SUBMISSION DATE FROM 5 SEPTEMBER 2025 TO 15 SEPTEMBER 2025.
    2. EXTEND THE QUOTE SUBMISSION DATE FROM 11 SEPTEMBER 2025 TO 19 SEPTEMBER 2025
    ______________________________________________________________________________________________________

    1. DESCRIPTION OF WORK: This is a Service-Disabled Veteran-Owned Small Business Set-Aside for the supply and installation of two packaged water source heat pumps (WSHP) for the Old Hickory Powerhouse in Hendersonville, Tennessee.

    2. TYPE OF CONTRACT: The Government intends to award a Firm-Fixed Price supply contract under NAICS Code: 333415, Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, Size Standard 1,250 Employees.

    3. BASIS FOR SELECTION OF AWARD: Award shall be made to the lowest priced offeror who is determined to be responsible. Quote must meet or exceed the technical specifications and delivery schedule to be considered for award.

    4. PLACE OF DELIVERY:

    U.S. Army Corps of Engineers (USACE) Old Hickory Powerhouse

    10 Powerplant Road

    Hendersonville, TN 37075-3465

    Attention: Chris Campbell Christopher.J.Campbell@usace.army.mil

    5. DELIVERY DATE: The completion date for this contract is 120 calendar days from the contract award.

    6. QUESTIONS: Questions must be submitted to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil by 15 September 2025 at 11:00AM Central Time. After that time no further questions will be answered. Any questions submitted will be addressed via solicitation amendment.

    7. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made via email to the Contracting Branch to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil. Inquiries must identify the solicitation number, the requestor's company name, address, email address, and telephone number to include area code.

    Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company's capabilities are highly discouraged and will not be allowed.

    8. QUOTE SUBMISSION: Quotes shall be emailed to Bradley Eiras via email at Bradley.M.Eiras@usace.army.mil AND Bridget Passatore via email at Bridget.L.Passatore@usace.army.mil.

    Quotes must be received not later than the date stated in Block 14 of the Solicitation Amendment.

    a. The quote shall include the following elements to be considered for award:

    (1) SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c

    (2) Acknowledge all SF 30s, Amendment of Solicitation (if applicable).

    (3) CLINS Complete the attached PRICE SCHEDULE. Include the Total Price for all Line Items on page 1 of the solicitation in Block 24.

    (4) In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov. More specifically, "An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation." (See FAR 52.204-7(b)(1)).

    For SAM Customer Service, contact:

    Federal Service Desk URL: www.fsd.gov

    Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220

    International Calls: 334-206-7828

    DSN: 866-606-8220

    IMPORTANT NOTICE: Effective June 29, 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM.

    Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS).

    The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.

    To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).

    (5) Provide business Unique Entity Identifier Number:

    (6) Provide business CAGE Code:

    (7) Tax Identification Number:

    9. APPARENT SUCCESSFUL OFFEROR: The following may be requested from the apparent successful offeror prior to actual award of the contract:

    a. A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work.

    (1) The banking reference should include the financial institution's legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POC's telephone number, and email address.

    (2) The past performance references should include firm's name, the contract number, the contract period of performance and/or contract completion date, the contract's aggregate value, a brief description of the project, a POC, the POC's telephone number, and email address.

    10. CONTRACTOR FEEDBACK: Help us in BUILDING STRONG. Please provide us with your feedback, comments, and recommendations for improvement by visiting our Interactive Customer Evaluation (ICE) website at: https://ice.disa.mil/index.cfm?fa=cardandsp=110797ands=856

    11. NIST SP 800-171 DoD ASSESSMENT: In accordance with DFARS 204.7302, Contractors and subcontractors are required to provide adequate security on all covered contractor information systems. Contractors are required to implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 by inclusion of clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current (i.e., not more than 3 years old unless a lesser time is specified in the solicitation).

    SPRS provides storage and access to the NIST SP 800-171 assessment scoring information. To access the NIST SP 800-171 Assessments module, users must be registered in the Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ and be approved for access to Supplier Performance Risk System (SPRS).

    The NIST SP 800-171 DoD Assessment Methodology is located at: https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171

    12. SITE VISIT

    There is no formal site visit scheduled for this acquisition, however, it may be possible to visit the site by coordinating with:

    Dallin Fausett

    Dallin.J.Fausett@usace.army.mil

    (615) 240-4055

    Working days and hours: Mon.-Thu., 0600-1630, except Federal Holidays.

    In order to obtain approval for a site visit, a site visit form (attached) shall be submitted to the USACE Contracting Specialist no later than three (3) working days prior to your scheduled visit.

    Key dates

    1. September 8, 2025Posted Date
    2. September 19, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    OLD HICKORY, POWERHOUSE HVAC REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.