Cooling Towers at RIA-JMTC
ID: W519TC25Q2175Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

FOUNDRY MACHINERY, RELATED EQUIPMENT AND SUPPLIES (3680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the replacement and installation of two cooling towers at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) in Illinois. The project aims to enhance operational efficiency by providing chilled water to the Arc Furnaces in Building 212, with specific requirements for the cooling towers including construction from 304 stainless steel and compliance with national safety regulations. A site visit is scheduled for March 19, 2025, to allow potential bidders to assess the project needs, and all interested parties must make reservations in advance to attend. For further inquiries, vendors can contact John Jacobsen at john.e.jacobsen16.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal is seeking proposals for the replacement and installation of two cooling towers, essential for providing chilled water to the Arc Furnaces in Building 212. The purchasing document outlines the general system description, design standards, and compliance with national safety regulations. The new cooling towers need to be constructed of 304 stainless steel, with specific dimensions, capacities, and operational features like variable fan speeds and reverse flow switches. The contractor is responsible for delivery, installation, and ongoing service support, including training for proper operation and maintenance. The document emphasizes security protocols, such as background checks and anti-terrorism training for contractors accessing the site. Adherence to strict safety guidelines, ensuring compatibility with existing structures, and compliance with environmental regulations are also highlighted. This initiative reflects the Army's commitment to maintaining operational efficiency and safety within the facility while aligning with federal standards for government contracts.
    The document outlines the data item requirements for the contract related to the installation and maintenance of Cooling Towers, reference no. 25-2-18. It specifies the contractor's obligations to provide installation and preparation documentation, including electronic and paper copies of installation manuals, tool lists, schematic drawings, and safety procedures. The requirements emphasize the need for detailed submissions 30 to 60 days prior to equipment delivery, using formats like PDF, Word, and Excel. Key components include a safety lockout procedure, preventive maintenance guidelines, operator manuals, and environmental compliance documents, such as Safety Data Sheets and chemical usage lists. Distribution of these documents is directed to Rock Island Arsenal, ensuring adherence to federal compliance and facilitating efficient operations. This structure supports transparency and accountability in the contracting process aligned with government RFP protocols, highlighting the systematic approach to maintaining safety, compliance, and operational efficiency.
    The RIA-JMTC (Rock Island Arsenal-Joint Manufacturing and Technology Center) file outlines essential safety protocols and operational security measures for visitors during factory tours. It emphasizes the requirement for approval from security personnel before any media is recorded and highlights the importance of situational awareness due to limited visibility in areas with moving fork trucks. Comprehensive safety measures are detailed, including the mandatory use of personal protective equipment (PPE) such as safety shoes, hearing protection, and safety glasses. Visitors must adhere to emergency procedures and report any incidents or unsafe conditions. The document also covers safe practices in welding areas, the presence of overhead cranes, and electric cart etiquette. Additionally, visitors sign a safety card acknowledging receipt of the safety briefing, which will be retained until the conclusion of their visit. Overall, the file ensures a commitment to safety for all individuals within the RIA-JMTC environment and reflects the organization's dedication to maintaining a secure operational setting amid complex manufacturing activities.
    This document outlines solicitation W519TC25Q2175 issued by the Army Contracting Command – Rock Island for the procurement of two new cooling tower units essential for operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The solicitation adheres to FAR guidelines for the acquisition of commercial items, establishing a single Firm Fixed Price (FFP) contract using a Lowest Price Technically Acceptable (LPTA) evaluation method. Offerors must submit proposals addressing technical requirements, experience, compliance, and pricing, ensuring all proposals meet specific technical subfactors deemed acceptable for further evaluation. A site visit is scheduled for 19 March 2025 to allow bidders to assess project needs. Additionally, proposals must incorporate clauses addressing telecommunications and equipment compliance, along with provisions for purchase terms. The government aims to award the contract to the vendor that offers the best value based on the lowest acceptable price. On-time delivery and adherence to safety regulations are crucial following contract award, with strict penalties for noncompliance. This solicitation exemplifies the government’s structured approach to procure essential services while ensuring competition and regulatory compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Corrosion resisting steel
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Rock Island, is soliciting bids for the procurement of corrosion-resisting stainless steel plates, sheets, and bars under solicitation number W519TC25Q2062. The contract aims to secure essential materials for the Rock Island Arsenal's manufacturing operations, emphasizing the need for timely delivery and compliance with federal regulations. Vendors must be certified in the Joint Certification Program and are required to submit a Certificate of Conformance and certified test reports with their deliveries. The final deadline for proposal submissions is set for January 30, 2025, and interested parties should contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details.
    Brand Name: Trane Water Cooled Chiller and Brand Name: Marley IDDF Cooling Tower
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Trane Water Cooled Chiller and a Marley IDDF Cooling Tower. This opportunity falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and warm air heating equipment, and is crucial for maintaining efficient climate control systems within military facilities. Interested vendors are encouraged to reach out to the primary contact, Alaina Carr, via email at alaina.carr.1@us.af.mil or by phone at 850-461-3905, or to the secondary contact, Francisco Arredondo, at francisco.Arredondo.4@us.af.mil or 850-714-4480, for further details regarding this sources sought notice.
    33153 Furnace Services
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for furnace services to diagnose and repair malfunctioning burners at the Rock Island Arsenal Joint Manufacturing Technology Center. The contractor will be responsible for ensuring compliance with stringent security, safety, and environmental regulations while performing the necessary repairs, which require certified technicians with relevant experience. This procurement is critical for maintaining operational efficiency at the facility, and proposals must be submitted within 60 days, with pricing and compliance with federal acquisition regulations emphasized. Interested vendors can contact Christine Baker at christine.c.baker6.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    J041--Cooling Tower Maintenance and Repair Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Cooling Tower Maintenance and Repair Services at the G.V. (Sonny) Montgomery VA Medical Center located in Jackson, Mississippi. The procurement aims to ensure the proper maintenance, emergency repairs, and compliance with applicable standards for the facility's cooling towers, with contractors responsible for providing labor, materials, and oversight. This contract, valued at approximately $12.5 million, includes a one-year base period with four option years, and is set aside for small businesses, encouraging participation from various categories including Veteran-Owned and Women-Owned businesses. Interested parties must submit their proposals electronically by March 17, 2025, and can direct inquiries to Contracting Officer Jennifer Stasher at Jennifer.Stasher@va.gov or by phone at 601-206-7052.
    Z1NB--Cooling Tower 2 & 3 Repairs | VA Palo Alto HCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to perform repairs on Cooling Towers 2 and 3 at the VA Palo Alto Healthcare System in California. The project involves comprehensive repairs, including the replacement of critical components and ensuring the proper operation of the cooling towers, with a completion timeline of 15 calendar days from the notice to proceed. This initiative is crucial for maintaining the operational efficiency of the healthcare facility, ensuring compliance with safety regulations, and minimizing disruption to services. Interested parties must submit their capabilities and relevant experience by March 18, 2025, with an estimated project budget between $25,000 and $100,000. For inquiries, contact Corey Kline at corey.kline3@va.gov or call 702-791-9000 ext. 13969.
    Trane & York Chillers Maintenance & Repair- Tobyhanna Army Depot
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is seeking proposals from small businesses for the maintenance and repair of two Trane and one York air-cooled chillers located at Tobyhanna Army Depot in Pennsylvania. The contract, structured as a five-year agreement with a combination of firm-fixed-price and time-and-materials pricing, requires contractors to perform scheduled inspections, immediate reporting of deficiencies, and compliance with manufacturer standards. This initiative is crucial for ensuring the operational efficiency and safety of the chillers, which are vital for the depot's climate control systems. Interested contractors must submit their proposals by April 10, 2025, following a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.
    NEW, NEW, FCI FORT DIX PURCHASE, INSTALLATION & REMOVAL - OF HVAC ( heating and cooling system) ROOFTOP BUILDING -5845.
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking a qualified contractor for the purchase, installation, and removal of a 30-ton rooftop HVAC system at the Federal Correctional Institution (FCI) in Fort Dix, New Jersey. The project entails the complete removal of the existing heating and cooling system and the installation of a new unit, which must be operational within 12 hours of the existing system's removal. This procurement is critical for maintaining a secure environment that requires adequate heating and cooling, particularly in a facility with strict security protocols. Interested small businesses must submit their bids by March 20, 2025, with a site visit scheduled for March 13, 2025, and all inquiries directed to Contract Specialist Arturo Aponte-Berrios at aaponteberrios@bop.gov.
    Chiller Refurbishment
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base in Oklahoma, is seeking to procure refurbishment services for a 300-ton air conditioning chiller. The contractor will be responsible for fully disassembling the chiller, recovering refrigerant, installing new components, and reassembling the unit in accordance with OEM standards, with a two-year warranty for parts and labor required. This refurbishment is critical for maintaining the operational efficiency of the Air Force's HVAC systems, ensuring compliance with federal and environmental safety standards. Interested parties must submit a capability statement by April 11, 2025, at 11:00 AM CST, via email to the primary contacts, SSgt Ethan Sweet and Scott Swain, as detailed in the opportunity notice.
    ICBM CHILLER,WATER,REFRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of water chillers specifically designed for the Intercontinental Ballistic Missile (ICBM) program. The procurement focuses on air-conditioning and warm air heating equipment manufacturing, with an emphasis on compliance with stringent quality assurance standards and military packaging requirements. These chillers are critical components for maintaining environmental control systems vital to national defense operations. Interested suppliers must submit their proposals by March 28, 2025, and are encouraged to contact Kody Quayle at kody.quayle@us.af.mil for further information regarding the solicitation process.
    Cradle Liner
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking quotes from small businesses for a firm-fixed-price contract to supply 880 cradle liners for the Rock Island Arsenal. The procurement emphasizes timely delivery and compliance with various administrative requirements, including adherence to strict delivery schedules and the submission of a Certificate of Conformance for shipments. This contract is crucial for maintaining operational readiness at the Arsenal, ensuring that the necessary equipment is available for military operations. Interested vendors must submit their quotes by 6 PM CST on March 26, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.