ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Spartan Coolers

DEPT OF DEFENSE FA302025Q0087
Response Deadline
Aug 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of four Spartan Coolers or equivalent units to be delivered to Fort Leonard Wood, Missouri. This opportunity is a total small business set-aside under NAICS code 333415, focusing on air-conditioning and refrigeration equipment manufacturing, with the contract anticipated to be awarded as a Firm Fixed Price (FFP) agreement. The coolers are essential for maintaining optimal temperature conditions in various operational settings, highlighting their importance in supporting military activities. Interested vendors must submit their quotes via email by 1400 CST on August 12, 2025, and direct any questions in writing to the primary contact, James Forth, at james.forth@us.af.mil, or the secondary contact, Kiana Perry, at kiana.perry@us.af.mil, by August 7, 2025.

Classification Codes

NAICS Code
333415
Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
PSC Code
4120
AIR CONDITIONING EQUIPMENT

Solicitation Documents

6 Files
Attachment 2 - Specifications Sheet.pdf
PDF1338 KB8/4/2025
AI Summary
The document outlines the specifications of an advanced evaporative cooling fan designed for large spaces. Key features include dimensions of 72"x 48"x 30", an impressive airflow capacity of 12,500 CFM suitable for cooling areas up to 3,000 sq. ft., and a notable temperature reduction of up to 25°F through evaporation. The fan operates at variable speeds, offering ten settings for customized cooling, and incorporates a robust air filtration system that captures 98% of allergens and pollutants. It has a large 55-gallon water reservoir for extended use and is energy-efficient, functioning within a power range of 100-1,000 watts. The fan operates quietly, at under 59 dB, minimizing workplace disruption. Constructed for durability, the fan is backed by a comprehensive warranty program. It is manufactured in the USA and complies with TAA regulations. This document is part of federal RFPs and showcases technology that can improve air quality and comfort in public spaces, thus meeting government standards for environmental efficiency and safety.
Attachment 1 - Provisions and Clauses.pdf
PDF1032 KB8/4/2025
AI Summary
The document FA302025Q0087 outlines the terms and clauses incorporated by reference in federal procurement for defense contracts. It includes clauses related to compensation of former Department of Defense (DoD) officials, whistleblower rights, and restrictions on telecommunication equipment from specific sources, including the Maduro regime and the Xinjiang Uyghur Autonomous Region. Key provisions cover unique item identification, electronic submission of payment requests, and contract evaluation criteria. The document mandates contractors to ensure compliance with various federal regulations, including those pertaining to environmental protections and payment processing through the Wide Area Workflow system. It emphasizes the submission of offeror representations and certifications regarding small business designations, domestic manufacturing, and responsibility matters in the bidding process. This comprehensive framework is essential for maintaining standards, ensuring fair competition, and safeguarding national security in government contracting.
FA302025Q0087 Amendment 1.pdf
PDF237 KB8/7/2025
AI Summary
This document is Amendment 1 to solicitation FA302025Q0087, issued by the Department of the Air Force, Air Education and Training Command. Its purpose is to provide clarifications by answering questions submitted regarding the subject solicitation. The amendment addresses inquiries about the mandatory nature of IUID marking for the procurement and the acceptability of alternative unit marking methods for traceability and government property accountability, directing interested parties to specific sections of FA302025Q0087 Attachment 1, DFARS 252.211-7003(c)(1) and (c)(5)(i) respectively. It explicitly states that no further questions will be answered and confirms that the due date for submission remains Tuesday, August 12, 2025, at 1400 Central Time. All other aspects of the solicitation remain unchanged.
Attachment 2 - Specifications Sheet.pdf
PDF1338 KB8/7/2025
AI Summary
The provided document, "FA3020Q0087 - Attachment 2 - Specifications Sheet," outlines the detailed specifications for an evaporative cooling fan, likely for a federal government Request for Proposal (RFP). Key features include dimensions (72"x 48" x 30"), input voltage (120-240V), and power usage (100-1000W). The fan delivers 12,500 CFM airflow, cooling up to 3,000 sq. ft. with a temperature reduction of up to 25°F. It offers 10 variable speeds, operates quietly (under 59 dB), and has a 55-gallon water reservoir for extended use. A notable feature is its air filtration capability, capturing up to 98% of allergens and pollutants with a built-in 20x20x1 air filter. The unit is energy-efficient, robust (313 lbs empty), and comes with a 3-year warranty on components, a lifetime warranty on the molded body, and a 1-year limited warranty on replacement parts. It is also TAA Compliant and Made in the USA.
Attachment 1 - Provisions and Clauses.pdf
PDF1032 KB8/7/2025
AI Summary
This government file, FA302025Q0087, outlines critical clauses for federal government contracts, emphasizing compliance with various regulations. Key areas include prohibitions on transactions with former DoD officials and entities using covered defense telecommunications equipment, as well as restrictions on business operations with the Maduro Regime and the Xinjiang Uyghur Autonomous Region. The document details requirements for Item Unique Identification and Valuation (IUID) for delivered items, specifying marking, data syntax, and reporting via Wide Area WorkFlow (WAWF) for payment and receiving. It also addresses offeror representations and certifications, covering small business concerns, veteran-owned businesses, and compliance with various federal acts like the Buy American Act and Trade Agreements. The evaluation criteria for offers prioritize technical acceptability, price, delivery, and past performance. These clauses ensure contractors adhere to strict ethical, supply chain, and reporting standards while promoting fair and transparent acquisition processes.
FA302025Q0087.pdf
PDF1085 KB8/7/2025
AI Summary
No AI summary available for this file.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 4, 2025
amendedLatest Amendment· Description UpdatedAug 7, 2025
deadlineResponse DeadlineAug 12, 2025
expiryArchive DateAug 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3020 82 CONS LGC

Point of Contact

Name
James Forth

Place of Performance

Fort Leonard Wood, Missouri, UNITED STATES

Official Sources