Chiller Maintenance and Inspection Buildings 1201, 1646, 1607
ID: F2B3AQ5085AW01Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance and inspection of chiller units located at Hanscom Air Force Base in Massachusetts. The contract encompasses comprehensive services for six chillers across three buildings (1201, 1646, and 1607), requiring TRANE certified mechanics to perform preventive maintenance, repairs, and inspections in accordance with OEM specifications and EPA guidelines. This procurement is crucial for ensuring the operational efficiency of HVAC systems at military installations, with a contract performance period from May 12, 2025, to May 11, 2030. Interested parties must submit technical proposals and a completed bid schedule, and should contact Kristin Morrison at kristin.morrison.1@us.af.mil or Ryan Wang at Ryan.wang.1@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The GSA Chiller Maintenance BID Schedule outlines the requirements for a contractor to perform non-personal services at Hanscom Air Force Base (AFB) in Massachusetts. The contract specifies the provision of all necessary labor, tools, equipment, safety gear, and transportation for chiller maintenance across three buildings: Building 1201, Building 1607, and Building 1646. A total of six chillers are to be maintained, with no cost detailed at this stage. The contract period of performance is set from May 12, 2025, to May 11, 2026. This document is part of the federal procurement process, highlighting the government's effort to ensure the operational efficiency of HVAC systems at military installations by sourcing qualified contractors for crucial maintenance tasks.
The Performance Work Statement (PWS) outlines the maintenance and inspection requirements for chillers at Hanscom Air Force Base. The contractor, certified by TRANE, must perform comprehensive preventive maintenance on two water-cooled centrifugal chillers, three air-cooled chillers, and one Mitsubishi VRF system following OEM specifications and EPA guidelines. Key tasks include annual inspections, operational assessments, oil analysis, and electrical inspections, with detailed reporting mandated for each completed service. The document specifies the need for qualified personnel, adherence to safety and environmental regulations, and protocols for emergency response. Service must be conducted during standard hours, with provisions for holiday rescheduling. Essential services are to be maintained even in crisis situations. The performance period spans from May 2025 to May 2030, with specific assessments to monitor contractor adherence to performance thresholds. Overall, this PWS emphasizes quality assurance, environmental protection, and maintaining operational efficiency of critical cooling systems required for the base's functionality.
Apr 4, 2025, 5:07 PM UTC
The document outlines the Performance Work Statement (PWS) for chiller maintenance and inspection at Hanscom Air Force Base, emphasizing the services to be provided by certified mechanics for multiple chillers, including both centrifugal and air-cooled systems. Contractors are tasked with performing preventive maintenance in accordance with manufacturer guidelines and must utilize OEM parts while adhering to EPA regulations for refrigerant handling. The work includes detailed reporting requirements, coordinating maintenance schedules, and ensuring compliance with safety standards. Key areas of service include operational inspections and annual maintenance across various buildings, specifically detailing tasks such as electrical inspections, oil level checks, and equipment diagnostics. The contract mandates the contractor to ensure continuity of services during crises, conduct operations between designated hours, employ trained personnel, and comply with all applicable environmental and safety regulations. A quality assurance process is established for evaluating contractor performance, with an emphasis on achieving 100% compliance with maintenance objectives. The document also outlines the government’s provisions for security, emergency services, and workspace for contractors. Overall, the PWS is structured to ensure effective and compliant maintenance services for critical cooling infrastructure within the Air Force installation.
Apr 1, 2025, 7:04 PM UTC
The Aerospace Management Division is seeking contractor candidates certified in chiller maintenance for the upkeep of chillers at Hanscom Air Force Base in Massachusetts. The Request for Information (RFI) focuses on maintaining two water-cooled centrifugal chillers, three air-cooled chillers, and one Mitsubishi VRF system according to manufacturers' specifications. The selected contractor must complete preventive maintenance tasks, including detailed inspections, oil level assessments, and system checks, using only OEM parts, and follow EPA refrigerant handling procedures. A comprehensive maintenance report, summarizing findings and recommendations, must be provided within two weeks of service completion. Interested contractors should submit Letters of Interest by April 7, 2025. This initiative is part of the government’s market research and planning efforts, and submission does not guarantee a contract award. Queries can be directed to designated points of contact within the Aerospace Management Division.
Apr 4, 2025, 7:08 PM UTC
The Aerospace Management Division at Hanscom Air Force Base is seeking Letters of Interest (LOI) from contractors certified as factory chiller mechanics for the maintenance of various chillers and air conditioning equipment. The work involves preventive maintenance services for two water-cooled centrifugal chillers, three air-cooled chillers, and one Mitsubishi Variable Refrigerant Flow (VRF) system, utilizing Original Equipment Manufacturer (OEM) parts and adhering to EPA guidelines. Contractors must provide all necessary labor and materials, produce detailed maintenance reports within two weeks of service completion, and ensure compliance with safety and operational standards. The RFI outlines specific maintenance tasks, reporting requirements, and timelines at different facilities (Buildings 1201, 1607, and 1646). Interested contractors should submit their LOIs by April 7, 2025, and must provide contact information for organizational representatives. This document serves as market research and does not constitute a formal request for proposals or commitment to contract awards.
This document outlines a combined synopsis/solicitation for chiller maintenance and inspection services at Hanscom Air Force Base, Massachusetts. The solicitation number is F2B3AQ5085AW01, targeting total small business set-aside with a NAICS code of 238220 and a small business size standard of $19 million. The contract involves maintaining, repairing, and inspecting chiller units at three designated buildings, ensuring compliance with manufacturers' specifications. The projected period of performance spans from May 12, 2025, to May 11, 2030, with specified delivery points and acceptance at the Air Force Base. Prospective contractors must submit technical proposals alongside a completed bid schedule, while adhering to stated instructions regarding pricing and documentation to ensure acceptance for evaluation. Proposals will undergo technical and price evaluations, with awards granted to technically acceptable bids offering the lowest prices. Additionally, all interested parties should register in the System for Award Management (SAM) to be eligible for award consideration. The document emphasizes the importance of compliance with various federal acquisition regulations and clauses, including those regarding telecommunications and service contract labor standards. Overall, this solicitation is aimed at enhancing operational reliability of critical HVAC systems through qualified commercial services.
Apr 11, 2025, 3:13 PM UTC
This document addresses inquiries related to the maintenance and assessment of chillers under a government contract. It clarifies that a site visit to evaluate the equipment's condition and access is not currently possible. The chillers have been maintained by contractors, while specific locations for related equipment such as the air handler, condenser, and fan are not provided, with the focus exclusively on servicing the chillers. This information is relevant in the context of federal and local RFPs, as it delineates available services and conditions for prospective bidders or contractors and highlights limitations in assessing the existing equipment. Therefore, understanding the maintenance and accessibility of such equipment is crucial for contractors considering participation in the project.
Apr 11, 2025, 3:13 PM UTC
The document outlines the General Decision Number MA20250001, dated April 4, 2025, regarding wage determinations for building construction projects in several Massachusetts counties, including Barnstable, Bristol, and others. It emphasizes compliance with the Davis-Bacon Act and relevant Executive Orders, which require minimum wage standards for federal contracts. Key wage rates for various classifications such as insulators, electricians, carpenters, and laborers are specified, detailing both rates and fringe benefits. The rates vary by county and type of work, reflecting negotiations and prevailing wage conditions. Notably, the wage determinations are influenced by union agreements and federal guidelines on worker protections, including paid sick leave under Executive Order 13706. The document details how contractors must adhere to these wage rates and submit any requests for additional classifications as needed. It serves as an essential reference for contractors and government agencies involved in federally funded construction projects, ensuring that workers are compensated fairly in accordance with established labor standards. The structure includes wage tables, classifications, and contact information for further inquiries about wage determination appeals.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
BRAND NAME TRANE CHILLER
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure two BRAND NAME TRANE CHILLERS as outlined in their Combined Synopsis/Solicitation. The procurement requires vendors to provide the chillers along with warranty options and pricing, adhering to the specifications detailed in the Statement of Work and associated attachments. These chillers are critical for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational efficiency and comfort. Interested small businesses are encouraged to reach out to Francisco Arredondo at francisco.Arredondo.4@us.af.mil or call 850-714-4480 for further details and to submit their quotes.
LRS Chiller B6237
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one Brand Name Trane 100-ton 460 volt air conditioning chilled water unit, as outlined in solicitation number FA460825QC050. This procurement is a total small business set-aside under NAICS code 238220, aimed at acquiring essential air conditioning equipment for operational efficiency at Fort Johnson, Louisiana. The selected contractor will be responsible for providing a unit that meets specified technical requirements, with a focus on compliance with federal standards and safety regulations. Quotes are due by Friday, April 25, 2025, at 3:00 PM CDT, and interested vendors should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
MAHG 25-1003 Repair Chiller 2
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Chiller 2 and the replacement of the Variable Frequency Drive (VFD) and Cooling Tower 2 at Building 4231, Keesler Air Force Base in Biloxi, Mississippi. This project, designated as a Historically Underutilized Business (HUBZone) Small Business set-aside, has an estimated construction cost between $250,000 and $500,000, and requires contractors to provide all necessary equipment, labor, and materials to ensure operational integrity of the cooling systems. Interested bidders must attend a mandatory site visit on April 10, 2025, and submit their proposals by May 5, 2025, while noting that funding for the project is not currently available, and no awards will be made until funds are secured. For further inquiries, potential bidders can contact David Gardache at david.gardache@us.af.mil or Alice Townsend-Peden at alice.townsend-peden@us.af.mil.
8th AF Chiller B5345
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three Trane air conditioning chilled water units as outlined in solicitation number FA460825QC052. The requirement includes one 160-ton 200-volt unit and two 160-ton 460-volt units, each with a one-year warranty, to support operational needs at Fort Johnson, Louisiana. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and the need for qualified vendors to provide essential air conditioning equipment. Interested parties must submit their quotes by April 28, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
HVAC Install Bldg. 402 Space Systems Command
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of HVAC systems in Building 402 at Holloman Air Force Base, New Mexico. The project entails the installation of three 4.5-Ton Trane blower coils, along with necessary piping and ductwork, to enhance air conditioning capabilities in three designated office rooms. This initiative is crucial for maintaining a comfortable working environment, particularly during the summer months when existing cooling systems are inadequate. Interested contractors should note that the project has an estimated value between $500,000 and $1,000,000, and proposals must be submitted in sealed envelopes. For further inquiries, contact Julia P. Kirby at julia.kirby.1@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil, with a focus on adhering to the submission deadlines outlined in the solicitation documents.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
Youth Center Chiller B3722
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as part of a combined synopsis/solicitation process. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to fulfill the cooling requirements at Fort Johnson, Louisiana, ensuring compliance with operational efficiency standards. Interested vendors must submit their quotes by May 2, 2025, at 3:00 PM CDT, and should be aware that funding is not currently available, with the government reserving the right to cancel the solicitation if necessary. For further inquiries, potential bidders can contact SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fiscal Year 2025 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract, set aside for small businesses, encompasses a range of mechanical services including the inspection, testing, installation, and maintenance of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total potential value of $71.5 million over a base year and five optional extensions. The procurement is critical for ensuring operational efficiency and compliance with safety and regulatory standards in military facilities. Interested contractors must submit their proposals electronically by the specified deadlines, and are encouraged to attend a pre-proposal conference scheduled for April 23, 2025. For further inquiries, potential bidders can contact Nicole Levesque at nicole.levesque@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
Fire Station 1 Chiller B6426
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Brand Name Trane 52-ton 200 volt air conditioning chilled water unit for Fire Station 1 located in Fort Johnson, Louisiana. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and requires compliance with the specifications outlined in the attached technical documents, including a one-year warranty for the unit. The procurement is critical for maintaining operational efficiency in air conditioning systems, which are essential for climate control in military facilities. Interested vendors must submit their quotes by May 2, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
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 six units of the ICBM Chiller, specifically the water refrigeration system identified by NSN 4130-01-547-5215. This procurement aims to secure air-conditioning and heating equipment essential for the operational readiness of military facilities, particularly in support of the Minuteman III ICBM Environmental Control System. Interested suppliers must adhere to stringent quality assurance standards, including the submission of a Counterfeit Prevention Plan and compliance with military packaging and marking requirements. Proposals are due by April 28, 2025, and interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further information.