COOLING WATER TEST AND TREATMENT PREVENTIVE MAINTENANCE SERVICES
ID: FA813225Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

UTILITIES- WATER (S114)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Cooling Water Test and Treatment Preventive Maintenance Services at Tinker Air Force Base in Oklahoma. The procurement requires contractors to supply all necessary labor, materials, equipment, and safety gear to ensure compliance with manufacturer specifications, including preventive maintenance, analysis, and chemical treatment for both open and closed loop cooling water systems. This service is critical for maintaining operational integrity and safety within military operations, particularly in the Building 3001 Heat Treat Shop. The total award amount for this contract is $209,991.84, with quotations due by May 15, 2025, and the contract expected to commence on June 1, 2025. Interested parties can contact Cory Rainey-Hedrick at cory.rainey-hedrick@us.af.mil or Marc J. Kreienbrink at marc.kreienbrink.1@us.af.mil for further information.

    Point(s) of Contact
    Marc J. Kreienbrink
    marc.kreienbrink.1@us.af.mil
    Files
    Title
    Posted
    The document outlines Solicitation # FA813225Q0020 for Cooling Water Test and Treatment Preventive Maintenance Services at Tinker Air Force Base, Oklahoma. This solicitation, part of a Firm Fixed Price (FFP) contract, is a 100% small business set-aside, restricting eligibility to large businesses. It follows the Federal Acquisition Regulation (FAR) format and requires quotations by May 15, 2025, with a contract estimated to start on June 1, 2025. The primary evaluation criteria for award include the lowest Total Evaluated Price (TEP) and the offeror's capability and experience assessed on a pass/fail basis. Quotes must conform to specified terms and conditions, be valid for at least 90 days, and involve shipping costs included in the quoted price. Payment terms default to Net 30, requiring contractors to invoice through Wide Area Workflow (WAWF) upon delivery. The attached documentation includes the Performance Work Statement (PWS) and wage determinations necessary for compliance with labor standards. The notice emphasizes the necessity for all offerors to register in the System for Award Management (SAM) prior to submission. This solicitation exemplifies the government's method of engaging small businesses for critical maintenance services while ensuring adherence to acquisition regulations and labor fairness.
    The document presents a detailed inventory of cooling water systems and their components managed by the PMXG at the B3001 Heat Treat facility. It includes information on various equipment, such as fluid coolers, cooling water tanks, and a control panel, along with their manufacturers, model numbers, and serial numbers. The systems are categorized by their type and frequency of testing, specifying whether they operate under open or closed loop conditions. For instance, the East and West fluid coolers are tested weekly for open loop and closed loop systems use molybdate, whereas other systems, like the furnace cooling water and chilled water systems, follow different testing schedules. The focus of this appendix is primarily on ensuring the proper treatment and regular testing of these systems to maintain operational efficiency and safety standards. The inventory serves as an essential reference for compliance with maintenance protocols and regulatory requirements related to water treatment within federal operations.
    The "Contract Safety Appendix C" outlines safety requirements for contractors performing cooling water test and treatment work at Tinker Air Force Base (AFB). The document emphasizes the importance of safety, urging all personnel to take responsibility for preventing hazards and fostering a collaborative safety environment through the "Speak Out for Safety" initiative. Contractors must comply with all relevant regulations and ensure that their employees and subcontractors are properly trained and informed about safety protocols. Key elements include the submission of a comprehensive Safety and Health Plan post-contract award, detailing safety contacts, inspection procedures, training programs, and incident reporting protocols. The contractor is tasked with maintaining records of all related injuries, illnesses, and safety deficiencies, providing monthly reports to the contracting officer. Furthermore, unaddressed safety matters will require investigation, with findings reported promptly. This extensive safety framework aims to ensure the protection of contractors, government employees, and the public during operations while promoting a culture of safety at Tinker AFB.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide Cooling Water Test and Treatment at Tinker Air Force Base for the 76 PMXG. The scope includes supplying all necessary labor, materials, equipment, and safety gear, ensuring compliance with manufacturer specifications. Key services involve preventive maintenance, analysis, and chemical treatment for both open and closed loop cooling water systems located in the Building 3001 Heat Treat Shop. Weekly sampling and testing of water quality parameters such as conductivity and pH are required, along with comprehensive reporting of results and adjustments to treatment protocols based on those findings. The contractor must also manage hazardous materials in adherence to environmental regulations and maintain a record of their use. Compliance with safety standards is mandatory, including employee training on emergency procedures and hazardous waste management. The PWS emphasizes the contractor’s obligation to provide qualified personnel and ensure proper identification while performing services on-site. Overall, this document serves as a detailed guide for the anticipated services, ensuring operational integrity and safety within the parameters of military operations at Tinker AFB.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    Small Composite Cleanroom Modification
    Dept Of Defense
    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.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Thermostat, Flow (NSN: 6685-01-168-2426TP) as part of contract FD20302500817. The procurement aims to ensure the functionality and reliability of critical components used in B-52 aircraft, which are essential for maintaining operational readiness. Interested contractors must adhere to specific requirements outlined in the Performance Work Statement, including compliance with quality control measures and reporting obligations, with proposals due by December 26, 2025, at 3:00 PM. For further inquiries, potential bidders can contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) for construction services at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on expediting project awards and reducing lead times. The BOA will be valid for up to five years, with a competitive process that includes a partial small business set-aside for projects under $25 million, while larger projects will be open to all qualified contractors. Interested parties must register in the System for Award Management (SAM) and submit proposals by January 15, 2026, with a pre-BOA teleconference scheduled for January 6, 2026, to discuss the requirements. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    CRAC Maintenance and Repair Service Offutt AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Computer Room Air Conditioning (CRAC) maintenance and repair services at Offutt Air Force Base in Nebraska. The procurement includes comprehensive maintenance services such as monthly, bi-monthly, quarterly, and annual preventive maintenance, as well as emergency service calls for the 55th Civil Engineering Squadron, the 557th Weather Wing, and other tenant units. This contract is critical for ensuring the operational efficiency of air conditioning systems vital for mission-critical environments. Interested vendors must submit their proposals by December 29, 2025, at 08:00 AM CST, following a site visit scheduled for December 15, 2025, and are encouraged to direct any inquiries to Mr. Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.