RFI - 711 HPW/RHB Chillers Maintenance and Repair
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 09, 2026. Industry: NAICS 811310 • PSC J041.
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 811310
Description
SCOPE:
The 711th Human Performance Wing at Wright-Patterson Air Force Base is seeking information from qualified entities capable of providing regular system health checks, preventative/routine maintenance, repairs, onsite training, and access to a technical support team in support of three industrial chillers and their subcomponents which consist of, but not limited to: magnetic drive pumps, piping, electrical connections, regulator valves, pneumatic actuators, gauges and indicators, heat exchangers, AC drives, and input modules. These chillers support essential research altitude chambers (RAC) that are critical to the ongoing advancement of aerospace physiology.
PURPOSE:
This notice is part of Government Market Research, a process for obtaining the latest information on the ‘art of possible’ from industry with respect to their current and near-term abilities. All company proprietary information contained in the response shall be separately marked and properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition.
OBJECTIVES:
The objectives of this RFI are to identify responsible sources and interested parties who have presently have the skill sets required for this unique mission. If an interested vendor does not presently have the skill sets and personnel available, a detailed plan and time frame to acquire those personnel will be detailed in their response.
BACKGROUND:
The mission of the 711 Human Performance Wing (HPW) is to be the dominant advantage in air, space, and cyberspace by advancing human performance through synergies created by the wing’s distinct but complementary entities: the USAF School of Aerospace Medicine and the Airman Systems Directorate.
Budzar is the Original Equipment Manufacturer (OEM) for two of three Chillers (Model numbers: LW-370-C2S2-FCB-01 and LW-200-C2S2-FCB-01). The third OEM is Carrier (Model number: 30RAP060). These chillers were built for the RAC system’s capabilities. Having a contractor provide periodic maintenance on these specialized systems is critical to their performance and longevity to ensure maximum availability to support the RAC missions over the 30 year life-span of the RAC system.
INSTRUCTIONS TO RESPONDENTS:
This is a Request for Information (RFI) only. This is NOT a presolicitation or Request for Quote (RFQ) and is not to be construed as any commitment by the Government. This notice does not obligate the Government to award a contract and or pay for any quote preparation costs. The Government will not accept quotes at this time. This notice is not an offer by the Government to enter into a contract or any agreement. Responses will allow the Government to conduct an initial review of market capabilities in support of requirements identified in the attached Performance Work Statement (PWS) dated 6 February 2026.
Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in this RFI. Companies or parties are to submit responses in Adobe Acrobat compatible electronic format. The maximum page limit for responses is 30 pages, 8.5” x 11”, including attachments, figures, and/or drawings, and no smaller than size 12 font. Responses must include:
- Company Name, Address, CAGE Code, Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address.
- Identification of whether the company is currently designated as a Small Business under the requirement’s NAICS code as defined in FAR Part 19.1 or a Small Business concern identified at FAR 19.000(a)(3): 8(a), HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status.
- Key Personnel and Qualifications.
- Relevant Capabilities, Past Experience and Training of Employees.
- Detailed plan acquisition and Schedule of onboarding employees if necessary.
- What, if any, risks or unknowns would hinder industry’s ability to meet the requirements?
- Do you have an active GSA contract/schedule with this item available for purchase? If so, please include contract number and a copy of contract/schedule.
- Detailed plan acquisition and Schedule of onboarding employees if necessary
Reponses to this RFI must be submitted via email to Jason B. Sav at jason.sav@us.af.mil, by 6 March 2026 at 5:00 pm Eastern Time.
The Government encourages submittal of any additional comments or suggestions that you would like to share. Please be advised that all submissions become Government property and will not be returned.
All correspondences sent via email shall contain a subject line that reads “SS-AFRL-PZLEQ-2026-0007 711 HPW/RHB Chillers Maintenance and Repair”. Please note that email filters at Wright-Patterson AFB are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson AFB. If sending attachments with email, ensure only .pdf, .doc, docx, xls, or .xsls documents are sent. The email filter may delete any other form of attachments.
DISCUSSIONS:
One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government’s discretion. These initiatives may ultimately result in the Government developing and issuing an RFP for respondents. The above information is for RFI only.
SPECIAL NOTICE:
Respondent’s attention is directed to the fact that contractor consultants and advisors to the Government will review and provide support during review and evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitute approval to release the submittal to Government Support Contractors.
Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997):
(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This request is issued for the purpose of collecting Government Market Research, a process for obtaining the latest information on the ‘art of possible’ from industry with respect to their current and near-term abilities.
Contracting Office Address:
AFRL/PZLEQ
2130 8th St
Bldg 45
WPAFB, OH 45433
Primary Point of Contact:
Jason B. Sav
Contract Specialist
jason.sav@us.af.mil
Phone: 385-635-6459
Secondary Point of Contact:
Capt Joanna Montanari
Program Manager
joanna.montanari@us.af.mil
Phone: 385-635-0759
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.