PREVENTIVE MAINTENANCE AND REPAIR OF REAL PROPERTY EQUIPMENT USAG ANSBACH
ID: W912PB24R3010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACTAPO, AE, 09114, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

SUPPORT- PROFESSIONAL: REAL PROPERTY APPRAISALS (R411)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking contractors for the preventive maintenance and repair of real property equipment at the United States Army Garrison (USAG) Ansbach in Germany. This non-personal services contract encompasses the maintenance of heating and cooling systems, along with other real property equipment, requiring contractors to provide all necessary personnel, tools, and materials while adhering to established performance standards and compliance with federal, state, and local regulations. The contract is crucial for ensuring the operational readiness and effective maintenance of critical infrastructure, thereby enhancing the mission capability of USAG Ansbach. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Derrick Reynolds at derrick.l.reynolds2.civ@army.mil or Debbie Frankovich at debbie.c.frankovich.civ@army.mil.

    Files
    Title
    Posted
    This government document outlines a Request for Proposal (RFP) for real property equipment services at USAG Ansbach, covering the period from December 1, 2024, to November 30, 2029. It details the base year's proposed rates, including various types of maintenance such as preventative, regular, and emergency repairs, categorized under both Operational Maintenance Activities (OMA) and Armed Forces Health (AFH). The breakdown includes several contract line item numbers (CLINs) and estimates for each task, specifying fixed-price (FFP) and time-and-materials (T&M) costs. For the base year, the grand total for all services is approximately €410,000 or $418,452.75. The document also presents options for subsequent years with increasing costs, reflecting a systematic rise in budgeted expenditures for ongoing equipment maintenance and repair needs. The main purpose of this document is to solicit proposals for providing equipment maintenance services while ensuring compliance with federal and local regulations. This structured approach facilitates competitive bidding and transparency in government contracts, ultimately fostering effective maintenance of property assets at military installations.
    The document outlines the Request for Proposal (RFP) for the ELIN (Equipment, Labor, Infrastructure, and Network services) related to real property equipment services at USAG Ansbach, covering the period from December 1, 2024, to November 30, 2029. It includes a detailed listing of various maintenance tasks such as preventative, regular, and emergency repairs categorized by operation areas (OMA and AFH), with specific unit pricing in both Euro and USD. The RFP is structured into multiple options representing different fiscal years, detailing estimated quantities, and not-to-exceed limits for specific services like maintenance for various equipment types including HVAC systems, refrigeration units, and more. The total costs across multiple options range from €410,000 to €456,000, creating a comprehensive financial overview for the lifecycle of the contract. The purpose of this RFP is to secure proposals from capable contractors to ensure timely and effective maintenance and repair services for essential equipment, aligning with federal and local funding requirements to enhance service delivery at the military facility.
    This document addresses responses to industry questions related to a government Request for Proposal (RFP) concerning preventive maintenance and repair services for equipment at United States Army Garrison (USAG) Ansbach. Key topics include personnel qualifications, pricing structure, emergency response protocols, and compliance with German regulations. Notable points include the requirement for key personnel to hold valid, verifiable certifications, with proposals needing to demonstrate relevant experience within the last five years. Moreover, total pricing must encompass all service costs without additional line items, and contractors must respond to emergency calls within specified timeframes. Clarifications regarding repair order processes, documentation requirements, and cost limits are also provided, addressing potential discrepancies in the guidelines. The document reinforces the government's adherence to German laws while outlining operational expectations for bidders, emphasizing thorough preparations and qualifications prior to contract execution. Overall, it serves as a vital resource for potential contractors, ensuring clarity on bid requirements and compliance matters.
    The Performance Work Statement (PWS) outlines a non-personal services contract for preventative maintenance and repair of real property equipment at the United States Army Garrison (USAG) Ansbach, Germany. The contractor is responsible for maintaining various mechanical and electrical systems, ensuring compliance with federal, state, and local regulations, and delivering services based on established quality standards. Key objectives include efficient work management, coordination with the government, and adherence to environmental laws. Services encompass emergency repairs, scheduled maintenance, and the management of materials. The document also specifies operational protocols, including the hours of operation, holiday observances, personnel qualifications, and safety requirements. Quality assurance measures are integral, requiring the contractor to create and implement a Quality Control Plan (QCP) while adhering to performance standards. The PWS establishes a structured framework for contract administration, emphasizing client satisfaction and compliance with security training and environmental requirements. It aims to ensure the efficient execution of services while maintaining high standards of safety and quality throughout the contract term, ultimately to support the mission of USAG Ansbach.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide preventative maintenance and repair of heating, cooling systems, and other real property equipment located within the United States Army Garrison (USAG) Ansbach in Bavaria, Germany. The contractor is responsible for delivering all personnel, tools, materials, and supervision required to maintain and repair systems according to established standards. The contract emphasizes compliance with federal, state, and local laws, including specific environmental regulations and quality control measures. Key services include managing emergency call-outs, executing preventive maintenance orders (PMOs) and demand maintenance orders (DMOs), and ensuring compliance with historic property preservation standards. The contractor is expected to maintain a quality control plan, document performance, and provide timely reporting to the government. Additionally, strict security, safety, and training requirements for personnel are established to ensure operational integrity. The overall objective is to ensure continuous service operational readiness and effective maintenance of critical infrastructure, enhancing the mission capability of USAG Ansbach.
    The document outlines an inventory list of various equipment used in different kasernes and barracks, particularly focusing on cranes, elevators, ventilation systems, air compressors, and emergency power units. Each entry provides details including nomenclature, brand, model, serial number, quantity, location, building, and any remarks regarding maintenance or operational status. Several items are noted as out of service or in need of maintenance. This inventory is essential for tracking the condition and serviceability of equipment that supports day-to-day operations within military facilities. Given its structured nature, this document likely supports broader objectives related to federal and state/local RFPs for maintaining military infrastructure, ensuring safety and operational readiness, and possibly guiding future funding requests for repairs or upgrades. Overall, it serves as a comprehensive assessment of existing mechanical and electrical equipment, highlighting equipment management's critical role in effective facility operations.
    The document outlines required certifications for specialized companies applying for government contracts or grants. It emphasizes compliance with various quality and environmental management standards, including DIN ISO 9001 and DIN ISO 14001, which pertain to quality and environmental management systems, respectively. Additional certifications include specialized designations under water resources law and chemicals climate safety regulation. The document also mandates registration as qualified craftsmen in areas of cold and electrical work, along with adherence to specific regulations, such as Regulation EG 303/2008. Such requirements ensure that contractors meet stringent industry standards critical for government projects, thereby promoting quality, safety, and environmental responsibility. The certifications serve as a foundation for evaluating the capability and reliability of bidding companies within the context of federal and state/local RFPs and grants.
    The Integrated Cultural Resources Management Plan (ICRMP) update for USAG Ansbach outlines the management of cultural resources, emphasizing compliance with environmental and heritage regulations. The plan identifies cultural resources, such as archaeological sites and historic buildings within the installation, ensuring their preservation aligns with ongoing military operations. It details cooperation with German authorities for resource identification and protection, documenting significant findings from various historical periods. Key management recommendations focus on integrating cultural resource management within construction and land use projects, along with legal compliance under U.S. and German laws, including the National Historic Preservation Act and Bavarian historic preservation statutes. The ICRMP establishes points of contact for U.S. Army personnel and German authorities, detailing responsibilities across various offices, including the Directorate of Public Works and the Bavarian State Authority for the Protection of Cultural Resources. The plan specifies methods for reporting and managing archaeological finds, ensuring minimal disruption to cultural resources during military activities. This document serves as a framework for upholding cultural heritage while fulfilling military missions, signaling a commitment to responsible stewardship of natural and historical assets under U.S. Army control in Germany.
    The document outlines a detailed preventive maintenance schedule for various systems and equipment, structured by item number, description, quantity, and scheduled visits for maintenance. It covers an extensive list of assets, including HVAC units, refrigeration systems, ventilation systems, emergency equipment, and other mechanical devices. The maintenance plans are specified for two distinct contractual periods: the OMA Basic Period from June 2021 to May 2022 and the subsequent AFH periods, including options extending to May 2024. Each listing indicates required maintenance frequency (PM Visits) designed to ensure proper operation and longevity of the equipment. Overall, this preventive maintenance strategy aims to ensure compliance with prescribed technical specifications and minimize downtime through regular upkeep, reflecting a commitment to operational efficiency in federal facilities.
    The document outlines a series of contracts for preventive maintenance services at the Ansbach military installation, covering multiple operational years from December 2024 to November 2029. The contracts include maintenance for a wide range of systems such as refrigeration units, air conditioning systems, ventilation, gas burners, water pumps, and solar systems. Each phase, denoted as OY (operational year), specifies the equipment requiring upkeep, detailing numerous items categorized by maintenance frequency and type, as stipulated in corresponding technical specifications (TE). The primary focus is to ensure the operational integrity of critical infrastructure through systematic preventive maintenance, enhancing safety, efficiency, and compliance with federal standards. The document emphasizes the urgent need for thorough evaluations and maintenance to mitigate operational risks and prolong equipment life while adhering to military and environmental regulations. This initiative reflects a broader government strategy to sustain essential services and infrastructure through targeted investments and contractual partnerships with service providers, underscoring the importance of upkeep in government facilities.
    The document outlines a standard Work Certificate used for service orders related to equipment maintenance and inspections. It serves as a comprehensive record detailing customer information, service requests, types of calls (including emergency and regular maintenance), and specifics about the labor and parts required for repairs. Key sections include descriptions of failures, performed work, invoice details, and compliance aspects such as German Law Inspections and preventive maintenance. Additionally, the certificate includes technical specifications, inventory details, and technician signatures, ensuring accountability and clarity in service delivery. The format facilitates the assessment of costs associated with labor and materials, categorizing charges as either Time & Materials (T&M) or Firm Fixed Price (FFP). This document is essential for ensuring adherence to regulatory standards and documenting service history for customers. As part of government RFPs and grants, it underscores the importance of systematic maintenance protocols and compliance in public contracts.
    The document outlines a project management (PM) schedule for air compressor maintenance in Ansbach, covering the period from January 1, 2011, to March 31, 2011, under contract W912CM-11-D-0101. It catalogs various air compressors located in Ansbach and Illesh, specifying their identification numbers and building locations. Each entry reflects the maintenance plan for these compressors with a focus on organized tracking of equipment management. The schedule is structured numerically by inventory ID, with headers indicating nomenclature, location, and a consistent maintenance status marker. The emphasis of this document is on the systematic approach towards equipment maintenance within a government contract framework, essential for ensuring reliable operational standards for the equipment under jurisdiction. This systematic maintenance tracking aligns with the broader government RFP context, ensuring efficiency and compliance with operational requirements.
    The document lists various types of equipment that may require repair, which is likely intended for the context of federal and state grants and RFPs aimed at maintenance and upgrade projects. It includes a comprehensive array of mechanical systems such as refrigeration units, air conditioning systems, ventilation systems, and emergency power units. Additionally, it details equipment related to specific functions, including sewage pumps, generators, and solar power systems, thereby highlighting the need for maintenance and operational efficiency in public facilities. The list also encompasses specialized systems such as fire safety equipment, co-generation facilities, and various types of motors and doors, indicating a wide spectrum of potential service needs across different government sectors. Overall, this document underscores the importance of addressing equipment upkeep to ensure effective operations in public facilities, reflecting the government's proactive approach to infrastructure maintenance and modernization.
    The document outlines the technical specifications for a compact cogeneration unit (CHP-unit GG 70) powered by natural gas, designed for efficient operation with low emissions, surpassing German air pollution standards. The unit generates 71 kW of electric power and 114 kW of heating power, utilizing a MAN E 0836 E 302 gas-Otto engine with a 4-stroke cycle. Key components include a synchronous alternator, a 3-way catalytic converter for emissions control, and various cooling and exhaust systems. The document details the design, scope of supply, and performance data relevant to the unit's operation, including dimensions, weight, fuel, combustion air requirements, and sound levels. It emphasizes compliance with regulations and the necessity for proper installation and maintenance practices. The main purpose of this information is to inform potential buyers or stakeholders in government RFPs, federal grants, and state/local projects about the capabilities and technical requirements of the cogeneration system, ensuring alignment with regulatory standards and operational efficiency needs. This cogeneration unit is intended to provide electrical energy and thermal energy efficiently while minimizing environmental impact.
    The document outlines the service requirements for facility maintenance under the CLS 411 contract. The contractor is responsible for providing both scheduled preventive maintenance (PM) and on-demand repairs for a range of mechanical and electrical equipment. PM is crucial for prolonging equipment life and preventing malfunctions, incorporating regulatory compliance with German laws and commercial standards. The contractor must submit a detailed PM schedule and document all maintenance activities through work certificates. For repairs, the contractor responds to routine and emergency calls, evaluates malfunctions, and provides cost estimates. Emergency calls require a response within two hours. Documentation of repair processes and service costs is mandated, with specifications for materials and parts provided by the contractor. The contractor also manages inventory, labeling, and the handling of hazardous materials in adherence to environmental regulations. Overall, this service contract underscores the commitment to maintaining operational efficiency and safety standards while ensuring compliance with applicable laws. The systematic approach to both preventive maintenance and repair reflects the government's emphasis on responsible facility management.
    The document outlines the contractor's responsibilities for facility maintenance, specifically under the CLS 411 standards. Key areas of service include basic maintenance, preventive maintenance (PM), and emergency repairs for mechanical and electrical equipment. The contractor must adhere to applicable laws and performance standards, ensuring scheduled inspections, identifying potential repair issues, and responding to calls for repairs. Preventive maintenance involves regular inspections and servicing, with a schedule submitted for approval to the Contracting Officer Representative (COR). Documentation of maintenance activities is required, including work certificates for all services rendered. Routine repairs are addressed within 24 hours, while emergency repairs require response within two hours. Inventory management and labeling of equipment are also specified, with the contractor responsible for furnishing necessary parts within five days. Cost estimations for repairs exceeding certain limits require COR approval. Furthermore, the contractor must manage hazardous materials in compliance with environmental regulations and retain documentation for five years post-contract. Overall, this document serves as a technical guide for contractors undertaking facility maintenance services, ensuring compliance, safety, and quality in service delivery while outlining the necessary procedures for repairs and maintenance.
    The document outlines preventive maintenance procedures for various equipment specified under federal RFPs and grants. It emphasizes adherence to manufacturer instructions and compliance with safety standards across multiple systems, including refrigeration units, air conditioning systems, ventilation, and emergency power systems. Key responsibilities include inspecting equipment for damage, corrosion, and functionality; cleaning components; lubricating moving parts; checking electrical connections; and maintaining comprehensive records of inspections and repairs. Specific checks for various systems such as gas burners, compressors, and HVAC units are detailed, highlighting the importance of regular maintenance to ensure operational efficiency and safety. This maintenance framework aims to support government operations through sustainable practices and compliance, reflecting the importance of effective equipment management in maintaining facility integrity and safety in public service contexts. By ensuring that all devices are regularly assessed and well-maintained, the document underscores a commitment to preserving the functionality and safety of governmental facilities.
    The Installation Management Command (IMCOM) Facilities Maintenance Instruction outlines procedures for the management of maintenance and repair tasks on Army facilities. It distinguishes between scheduled (Preventive Maintenance Orders - PMOs and Operational Work Orders - OWOs) and unscheduled tasks (Demand Maintenance Orders - DMOs and Project Work Orders - PWOs). Scheduled tasks are systematic inspections and routine maintenance to prevent failures, while unscheduled tasks address corrective actions for unexpected issues, categorized by priority (Emergency, Urgent, Routine). The document details roles, responsibilities, and definitions relevant to maintenance operations, emphasizing the importance of using the General Fund Enterprise Business System (GFEBS) for task management and reporting. The IMCOM's Common Levels of Support program defines performance criteria and work schedules based on resource availability. It clarifies that tasks categorized as PWOs involve significant repairs or new work exceeding the DMO threshold of 32 work-hours, which mandates different labor standards. Overall, the document sets a structured approach for managing facility maintenance, enhancing operational efficiency, ensuring safety, and maintaining compliance within governmental frameworks, thus supporting broader government RFP processes and grants effectively.
    The document serves as an enumeration of various applicable publications and regulations pertinent to government contracting and operations. It lists essential references that cover areas such as travel regulations, property accountability, information assurance, and installation access control. Notably, it includes several United States Army Regulations (AR), Department of Defense (DOD) directives, as well as European Union regulations related to chemical safety and environmental protection, reflecting a comprehensive approach to compliance in government operations. Additionally, it mentions specific German regulations for safety and electrical standards, underscoring the importance of adhering to local and international regulatory frameworks. These publications and regulations provide the necessary guidance for contractors and government personnel involved in federal grants and Requests for Proposals (RFPs), ensuring they meet established standards for accountability, safety, and performance.
    The USAG Ansbach Environmental Management System (EMS) outlines environmental performance requirements for contractors and suppliers working at the U.S. Army Garrison Ansbach. This EMS complies with Executive Order 13423 and ISO 14001 standards, aiming to minimize significant environmental impacts related to soil, air, water, hazardous waste, and energy. Contractors must be aware of and adhere to the EMS policies while using energy-efficient practices and proper waste disposal methods. Key focus areas include the prohibition of open burning, the necessity for certification for handling hazardous materials, and requirements for controlling air emissions and water runoff. Contractors are required to develop a spill management plan and notify the Environmental Management Division regarding hazardous waste or material removal. The Garrison emphasizes continuous improvement of environmental protection efforts and aims to reduce its carbon footprint through integrated practices in all operational aspects, including contractor activities. Overall, the document sets clear guidelines on maintaining environmental compliance during construction and other operational activities at the installation, reflecting the government's commitment to environmental stewardship within federal contracts and grants.
    The document outlines various work site locations associated with the United States Army Garrison (USAG) Ansbach. The listed sites include Katterbach Kaserne, Bismarck Kaserne, Shipton Kaserne, Urlas Area, Barton Barracks, Storck Barracks at Illesheim, Franken Kaserne at Oberdachstetten training area, and Bleidorn Army Family Housing area. Each location is integral to the operational and logistical framework of USAG Ansbach, indicating an organized approach to managing military facilities. This information is pertinent for federal and local bids or grants related to infrastructure development, environmental assessments, and facility management processes. Overall, it serves as a directory of strategic sites critical for planning and execution of government contracts.
    This document outlines the qualifications required for key personnel involved in government projects related to refrigeration, heating, electro-mechanics, and water/gas systems. It specifies that each area necessitates a qualified individual, either a Master (Meister) or Engineer (Ingenieur), with expertise in their respective fields. The qualifications include: a Master or Engineer level of knowledge in refrigerant systems, heating equipment, electro mechanics, and water and gas systems. This emphasis on specialized expertise suggests a focus on ensuring high-quality technical oversight and safety compliance in construction or maintenance projects funded by federal or state grants and RFPs. Proper credentials are crucial for meeting regulatory standards and ensuring effective project execution, highlighting the government's commitment to professional competency in managing public infrastructure projects.
    The document outlines the required special qualifications and regulations for various systems related to safety and hygiene in a technical context. It includes specifications for systems such as compressed air generation, fire alarms, and hygiene training for heating, ventilation, and drinking water systems. Additionally, it addresses guidelines for pressure devices, fire dampers, smoke and heat exhaust systems, sprinklers, and various lifting devices, emphasizing compliance with established safety standards and regulations. The regulations referenced span national and European Union guidelines, including those concerning chemical safety and climate regulations, aiming to ensure proper installation and maintenance of safety equipment. The document serves as a technical reference for contractors responding to federal or local RFPs, ensuring that they meet stringent safety and operational requirements essential for public health and safety compliance. This highlights the government's commitment to upholding rigorous standards in safety construction and operational practices within various facilities.
    This government document is an amendment to a solicitation for a contract, providing updates and clarifying instructions for prospective contractors responding to Request for Proposals (RFP). The document extends the submission deadline to September 25, 2024, and outlines the necessity for potential bidders to acknowledge receipt of this amendment. Key modifications include changes to proposal submission requirements, which now emphasize email submissions and stipulate compliance with specific certifications, licenses, and prior relevant experience. The evaluation criteria will be based on the Lowest Price Technically Acceptable (LPTA) method, focusing on technical capabilities and price. The proposal must include detailed pricing, compliance documentation, and specific personnel qualifications. Site visits for interested potential contractors are encouraged, as outlined alongside installation access requirements for personnel. This amendment illustrates the government's standard practices in managing procurement processes, ensuring clarity, compliance, and effective communication with bidders while adapting solicitation terms as necessary for improved engagement.
    The document outlines a solicitation (W912PB24R3010) issued by the U.S. Army for preventive maintenance and repair of real property equipment within the U.S. Army Garrison (USAG) Ansbach area. The bid opening date is set for September 16, 2024. The award will encompass various tasks including regular, emergency, and preventive maintenance with a focus on specific codes (e.g., OMA and AFH). Each task will be based on firm fixed price (FFP) or time and materials (T&M) pricing and includes provision for various option years. Emphasis is placed on compliance with numerous federal regulations, such as the System for Award Management and Wide Area Workflow for invoicing. Evaluation criteria will heavily weigh technical capability, past experience, and pricing. Contractors must also meet specific certifications and provide documented proof of relevant experience to qualify for award consideration. The document serves to solicit bids from contractors for essential maintenance work required to ensure operational readiness of facilities, underlining the federal government’s commitment to maintaining high operational standards within military installations.
    Similar Opportunities
    Appliance Repair Services for US Army Garrisons in Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for appliance repair services at U.S. Army Garrisons in Germany under Solicitation Number W564KV-24-R-0048. The contract aims to provide maintenance and repair services for domestic appliances in Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH), ensuring that military personnel and their families have access to functional household equipment. This procurement is critical for maintaining the quality of living conditions for service members stationed in Europe, with a focus on compliance with federal regulations and standards. Proposals must be submitted electronically by September 20, 2024, with inquiries directed to Shea Korth at shea.korth2.civ@army.mil or Naziha Djeriouat at naziha.djeriouat.ln@army.mil.
    Maintenance and Repair of Shop Support Equipment
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking maintenance and repair services for U.S. Government owned Shop Support Equipment in Grafenwöhr, DE-BY, DEU. The contract aims to ensure the proper functioning and upkeep of the equipment used in maintenance and repair shop operations. The estimated quantities may vary, and the award will be given to the lowest priced technically acceptable offeror without discussions. Proposals are due by 1700 Local Time, 13 December 2023. For more information, contact Michael Lane at michael.b.lane16.civ@army.mil or 499641705268759.
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the replacement of a filter system located in Ansbach, Germany. This procurement aims to enhance the water purification and sewage treatment capabilities at the site, which is critical for maintaining operational readiness and environmental compliance. Interested contractors should note the importance of the site visit information detailed in the combined synopsis-solicitation document. For further inquiries, potential bidders can contact Shawna West at shawna.m.west@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil, with the RFQ reference number W912GB24Q0013.
    Preventive Maintenance & Repair of Heating and Ventilation System in Yongsan Cluster
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the preventive maintenance and repair of heating and ventilation systems in the Yongsan Cluster, Korea. The procurement aims to ensure efficient operation and compliance with safety standards for HVAC systems, including specific tasks outlined in the Performance Work Statement (PWS) and various technical exhibits. This contract is critical for maintaining operational integrity in military facilities, with a focus on timely service delivery and adherence to regulatory requirements. Interested vendors must submit proposals by the extended deadline of September 19, 2024, and can contact Han Chin Ok at chinok.han.ln@army.mil or Chongnak Kim at chongnak.kim.ln@army.mil for further information.
    PBA Server Room HVAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking proposals from qualified small businesses for the procurement of two packaged HVAC heat pump units to be delivered to Pine Bluff Arsenal (PBA) in Arkansas. The contract will be a Firm-Fixed-Price (FFP) purchase order, with the contractor responsible for the start-up of the units after installation by PBA. This procurement is critical for maintaining operational efficiency in military facilities, ensuring compliance with industry standards for air conditioning equipment. Interested contractors must submit their quotes electronically by September 19, 2024, at 0900 CT, and can direct inquiries to Greg Brown or John Fotos via their provided email addresses.
    BLUE GRASS ARMY DEPOT: HVAC SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking qualified contractors to establish Master Blanket Purchase Agreements (BPAs) for HVAC services, including preventative maintenance and repair/replacement of various HVAC equipment. The procurement aims to ensure rapid response capabilities to prevent operational failures at BGAD, with a focus on specialized equipment such as refrigeration systems and industrial cooling units. Interested small businesses must submit their capability statements, including service response times and pricing, by September 30, 2024, with a maximum BPA limit of $750,000 and individual calls not exceeding $249,000. For further inquiries, contractors can contact Conner McCracken or Jeremy Turner via the provided email addresses.
    DB/DBB IDIQ MATOC - DE/DE/BENELUX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build (DB) and Design Bid-Build (DBB) Multiple Award Task Order Contract (MATOC) valued at $495 million, aimed at supporting various construction projects within U.S. military installations in Germany and Belgium. This opportunity is intended for contractors capable of executing commercial and institutional building construction, which is critical for maintaining and enhancing military infrastructure and operations in the region. Interested parties can reach out to primary contact Christian Solinsky at christian.h.solinsky@usace.army.mil or by phone at +49 611-9744-2281, or secondary contact Andrew Cochran at andrew.a.cochran@usace.army.mil, with a phone number of 04961197442270, for further details regarding the solicitation process.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    Janitorial services for the U.S. Embassy and Annexes in Berlin, Germany
    Active
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Embassy and its annexes in Berlin, Germany. The contract will be structured as a Firm Fixed Price agreement, covering a base year with four optional renewal years, with a total maximum value of $4.5 million. The selected contractor will be responsible for comprehensive cleaning and maintenance services, including the provision of necessary personnel, materials, and adherence to safety protocols, such as background checks for staff. Interested parties must submit their proposals electronically by October 4, 2024, and are encouraged to attend a pre-proposal conference and site visit on September 18 and 19, 2024. For further inquiries, potential offerors can contact Abdelhakim Dyane at dyanea@state.gov.
    Maintenance Services to Residential Air Condition Units
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Warsaw, Poland, is seeking quotations for maintenance services for approximately 950 air conditioning units located in residential and office properties. The procurement involves an indefinite-delivery, indefinite-quantity contract for a one-year period, with the intention of making multiple awards to qualified bidders who submit acceptable offers at the lowest prices. This maintenance service is crucial for ensuring the operational efficiency and compliance of air conditioning systems with local regulations and safety standards. Interested contractors must submit their detailed technical and pricing proposals electronically by September 23, 2024, and comply with SAM registration requirements to avoid disqualification. For further inquiries, potential bidders can contact Michael B. Rigby or William T. Adkins at warsawproc@state.gov or by phone at +48 225 042 470.