CRAC Maintenance and Repair Service Offutt AFB
ID: FA460026Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Computer Room Air Conditioning (CRAC) maintenance and repair services at Offutt Air Force Base in Nebraska. The procurement aims to ensure ongoing maintenance for CRAC units utilized by the 55th Civil Engineering Squadron, the 557th Weather Wing, and various tenant units, encompassing preventive maintenance and emergency service calls. This contract is critical for maintaining optimal operational conditions in computer rooms, which are vital for mission success. Interested vendors must submit their proposals by December 29, 2025, with a site visit scheduled for December 15, 2025, and all inquiries directed to Mr. Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475.

    Files
    Title
    Posted
    The Offutt Air Force Base environmental special conditions outline mandatory compliance for contractors with federal, state, and local environmental laws and Air Force/DoD regulations. Key requirements include submitting Safety Data Sheets for hazardous materials 15 days prior to use, obtaining authorization for all hazardous materials via the Environmental Element, and adhering to strict storage and handling protocols with secondary containment. Contractors are responsible for immediate spill reporting to multiple agencies, comprehensive cleanup costs, and proper disposal of all regulated wastes, including hazardous, universal, prohibited, and special wastes. The document details requirements for Spill Prevention Control and Countermeasures (SPCC) Plans for petroleum storage, wastewater discharge permits, and National Pollutant Discharge Elimination System (NPDES) permits for construction and dewatering activities. It also covers air quality regulations, a 50% solid waste diversion goal, procedures for encountering unusual materials during excavation, archeological discoveries, dust control, and compliance with the installation's Environmental Management System. Contractors must also obtain approval for work impacting jurisdictional wetlands and for bringing radioactive sources on base.
    This document is a combined synopsis/solicitation (RFQ FA460026Q0004) for Computer Room Air-Conditioning (CRAC) maintenance and repair services at Offutt AFB, NE. It is a 100% 8(A) Small Business Set-aside under NAICS Code 238220. The requirement includes monthly, bi-monthly, quarterly, and annual preventive maintenance, along with standard and emergency service calls for the 55th Civil Engineering Squadron, 557th Weather Wing, and other tenant units. Vendors must be registered in SAM.gov and submit a signed solicitation, price quotation (5 pages max), technical approach (15 pages max), and completed fill-in clauses/provisions. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025, and offers by December 29, 2025, at 08:00 AM CST. Award will be made to the lowest-priced, technically acceptable offeror. The contract will have a base year (CY26) and four option periods (CY27-CY30), with pricing for all services being firm-fixed-price.
    This Performance Work Statement (PWS) outlines requirements for Computer Room Air Conditioning (CRAC) unit maintenance and repair services at Offutt Air Force Base, Nebraska. The contractor is responsible for managing, supervising, and providing labor, materials, and equipment for the efficient operation, scheduled/unscheduled maintenance, and repair of CRAC units. Key aspects include initial equipment inspections and deficiency reports, maintaining an accurate equipment inventory, implementing a preventive maintenance program with specific schedules and checklists, and performing both emergency and non-emergency repairs under a shared liability model. The document also details administrative reporting, contractor personnel qualifications (including refrigerant handling and HVAC certifications), safety, environmental management, and security requirements, emphasizing compliance with federal, state, and local regulations.
    The Department of the Air Force, 55th Wing (ACC) at Offutt Air Force Base, Nebraska, issued a Task Order Proposal Request (TOPR) for IDIQ Solicitation FA4600-26-Q-0004. This solicitation seeks quotes for CRAC Maintenance and Repair Services at Offutt AFB, requiring all necessary services, equipment, and materials as detailed in the Performance Work Statement. Key dates include a quote due date of December 29, 2025, by 8:00 AM CDT; technical questions due by December 18, 2025, at 5:00 PM CDT; and a pre-quote site visit on December 15, 2025, from 9:00 AM to 11:00 AM CDT. Access to the base requires valid ID, and an EAL Form must be submitted three days prior to the site visit for those without necessary identification. The solicitation notes that funds are not presently available, and the government reserves the right to cancel without obligation to reimburse offerors. Quotes must address potential organizational conflicts of interest and include pricing for monthly, bimonthly, quarterly, and annual services, as well as regular and emergency service calls. Wage determination information is available on sam.gov. All correspondence should be directed to 2d Lt Liv Nemeck and Casey Hupton. The document also details specific contract clauses being added or edited at the task order level and comprehensive Wide Area WorkFlow (WAWF) payment instructions, including DoDAAC routing information.
    The "FOUO OFFUTT AIR FORCE BASE ENTRY AUTHORITY LIST" (Form 55 SFS Form 31) is a document for authorizing installation entry to Offutt Air Force Base. It collects personal and event-specific information, such as event name, dates, location, and sponsor details. The form includes a Privacy Act Statement outlining the authority for collection (10 U.S.C. 8013, Executive Orders 13478 and 9397), its purpose (authorizing entry and notifying sponsors), routine uses (disclosure to investigative agencies), and the voluntary nature of disclosure, with the caveat that failure to provide information may result in denial of entry. It also lists the system of records (F031 AF SF B, SFMIS, DBIDS) that apply. The form requires guest details like legal name, gender, date of birth, driver's license number, state issued, and U.S. citizenship status. An approval stamp and authenticator signature section are reserved for 55 SFS use. This document is crucial for controlling access to the base for specific events, ensuring security and accountability.
    The document is a wage determination (No. 2015-5005, Revision 26, dated 07/08/2025) issued by the U.S. Department of Labor, Wage and Hour Division, for service contracts in specific counties of Iowa and Nebraska. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or extended on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively. The determination lists detailed wage rates for numerous administrative, automotive, food service, health, IT, and other occupations, along with fringe benefits including health & welfare, vacation, and eleven paid holidays. It also details provisions for paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. The document includes a conformance process for unlisted job classifications, emphasizing the use of the “Service Contract Act Directory of Occupations” for classification accuracy.
    The provided document, "ATTACHMENT #1, APPENDIX F, EQUIPMENT LIST WITH POC," details a comprehensive inventory of equipment, primarily HVAC and related systems, across various units within government facilities. The list categorizes equipment as Real Property Installed Equipment (RPIE) or Non-RPIE, noting their status, unit affiliation, ID numbers, and often includes specific location details such as building and room numbers. It further provides technical specifications for each item, including manufacturer, model and serial numbers, equipment type, refrigerant used, A/C technology, capacity, voltage, and warranty information. The document also includes assessment dates and notes on equipment status, such as "ABANDONED IN PLACE" or "NEW UNIT." The detailed nature of this inventory suggests its use for asset management, maintenance planning, and potentially for procurement or auditing within a government context, likely supporting federal or state infrastructure projects.
    The FA460026Q0004 solicitation is a Request for Quote (RFQ) for Computer Room Air-Conditioning (CRAC) Maintenance and Repair Services at Offutt AFB, NE. This 100% 8(A) Small Business Set-aside under NAICS Code 238220 requires offerors to be SAM registered. The scope includes monthly, bi-monthly, quarterly, and annual preventive maintenance, along with standard and emergency service calls for the 55th Civil Engineering Squadron, 557th Weather Wing, and other tenant units, across a base period and four option years (2026-2030). Proposals must include a price quotation, technical approach (detailing routine and emergency maintenance plans), and completed fill-in clauses. Quotes will be evaluated on total evaluated price and technical acceptability. A site visit is scheduled for December 15, 2025, with questions due by December 18, 2025, and offers by December 29, 2025. This solicitation incorporates various FAR and DFARS clauses, including those related to Service Contract Labor Standards and electronic payment via WAWF.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Arctic Foundation Building 4002 at the Pituffik Space Base in Greenland. The project involves plumbing, heating, and air-conditioning services, which are critical for maintaining operational capabilities in the harsh Arctic environment. This procurement is essential for ensuring the functionality and safety of the facility, which supports various military operations. Interested contractors can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely responses.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Small Composite Cleanroom Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the modification of a Small Composite Cleanroom at Tinker Air Force Base in Oklahoma. The project involves furnishing and installing an Environmental Control Air Handling Unit, along with various associated systems such as overhead ducted systems, vacuum ports, and a drainless eye wash station, all designed to enhance the cleanroom's operational capabilities. This procurement is critical for maintaining the integrity of sensitive operations within the cleanroom environment. Interested contractors must be registered in the System for Award Management (SAM) and comply with NIST SP 800-171 DoD Assessment requirements. The contract will be a firm-fixed price, with a total small business set-aside, and further details can be obtained by contacting Tran Tran at Tran.Tran.1@us.af.mil.
    Air-Conditioning
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.