Amendment 0001 Preventative maintenance and repairs to Building 5730 Lackland Air Force Base, San Antonio, Texas

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

DLA ENERGY AEROSPACE ENRGY-DLAE-M

Contract Value

Not provided

Codes & Classification
Solicitation Number

SP060026R0399

NAICS

561210 - Facilities Support Services

Classification Code

J041

Additional Details
Set Aside

SBA

Place of Performance

JBSA Lackland, Texas, UNITED STATES

SourceSAM
This procurement notice, issued by DLA Energy Aerospace Energy (DLAE-M), a division of the Defense Logistics Agency under the Department of Defense, announces a combined synopsis/solicitation for preventative maintenance and repairs of the Heating, Ventilation, and Air Conditioning (HVAC) systems at Building 5730, located at Joint Base San Antonio (JBSA) Lackland, Texas. The solicitation, identified as SP0600-26-R-0399, has been amended (Amendment 0001) to include additional attachments and to establish dates for site visits, ensuring prospective offerors have comprehensive information to prepare their proposals. The primary objective of this procurement is to establish a Blanket Purchase Agreement (BPA) for the ongoing preventative maintenance and necessary repairs of the HVAC systems supporting Building 5730. The contract will consist of a one-year base period with four additional one-year option periods, covering a total anticipated period of performance from July 1, 2026, through June 30, 2031. The intent is to ensure the continued operational reliability, efficiency, and compliance of the HVAC infrastructure, thereby supporting the mission-critical activities housed within this facility. This requirement is classified under NAICS code 561210 (Facilities Support Services), with the associated Product Service Code J041. The procurement is set aside exclusively for small businesses in accordance with SBA guidelines and will be conducted under FAR Part 13, Simplified Acquisition Procedures, and FAR Part 12, Commercial Products and Commercial Services. The source selection methodology is Lowest Price Technically Acceptable (LPTA), meaning that only proposals rated "Acceptable" on all non-price factors—such as technical capability and past performance—will be considered, with award going to the lowest-priced technically acceptable offeror. Key deliverables and requirements are detailed in the solicitation attachments, including the Statement of Objectives (SOO) for Building 5730 HVAC (Attachment A), Contractor Performance Data Sheet (Attachment B), Pricing Worksheet (Attachment C), and Offeror Document Checklist (Attachment D). Offerors are expected to provide all labor, materials, equipment, and management necessary to perform scheduled preventative maintenance and as-needed repairs, in accordance with the standards and specifications outlined in the solicitation documents. The place of performance is JBSA Lackland, 1525 Wurtsmith Street, San Antonio, Texas 78236. Pricing is F.O.B. Destination, with inspection at origin and acceptance at destination, ensuring that all services and deliverables meet the required standards before final acceptance. Interested small business contractors are encouraged to thoroughly review all solicitation documents and attachments. A formal Q&A period is open until May 11, 2026, at 3:00 PM Central Time, allowing offerors to seek clarification on any aspect of the requirement. The deadline for proposal submission is May 27, 2026, at 3:00 PM Central Time; late proposals will not be considered. All inquiries and proposals must be submitted via email to Contract Specialist Carrie Harmon ([email protected]) and Contract Officer Leno Smith ([email protected]), with the subject line: "HVAC Preventative Maintenance and Repair Building 5730 Lackland Air Force Base, Solicitation SP0600-26-R-0399." This opportunity is ideal for small businesses with demonstrated experience in facilities support services, particularly those with a strong track record in HVAC maintenance and repair for government or large institutional clients. Contractors should ensure they meet all technical and past performance requirements and are prepared to comply with the terms and conditions set forth in the solicitation. For further details and to access the full solicitation and attachments, interested parties should refer to the official posting on SAM.gov (Opportunity ID: a8b6030130d44e269c02ee1174d50c28).
Documents9