Chiller Maintenance B1630 1201 1607
ID: F2B3AQ5085AW01Type: Sources Sought
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)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    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.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Dept Of Defense
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.