CRAC Maintenance and Repair Service Offutt AFB Sources Sought
ID: CRACMXOFFUTTRFIType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, 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

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for Computer Room Air Conditioning (CRAC) units at Offutt Air Force Base in Nebraska. The contractor will be responsible for management, supervision, labor, materials, and ensuring the effective operation of CRAC units, adhering to all applicable federal, state, and local regulations. This procurement is crucial for maintaining optimal environmental conditions for critical equipment, thereby supporting operational readiness and compliance with regulatory standards. Interested parties must submit their capability statements, confirm their 8(a) Program status, and provide examples of past performance by June 18, 2025, at 11:00 AM CDT, to the primary contacts, Daniel Kuchar and Casey Hupton, via email.

    Files
    Title
    Posted
    The document outlines an extensive list of equipment and environmental conditions related to air conditioning and mechanical systems across various military units. Each entry includes real property tags, unit designations, equipment manufacturers, model numbers, serial numbers, and capacity metrics. The data is formatted systematically, indicating the status of equipment as either "RPIE" (Real Property Items Exempt) or "Non-RPIE," along with maintenance responsibilities and personnel contacts. The main purpose of this documentation is to provide a comprehensive inventory of HVAC and related mechanical equipment, ensuring operational readiness and efficient management of resources within the military installations. This asset management approach supports federal regulatory compliance, enhances maintenance scheduling, and facilitates potential RFPs for equipment upgrades or replacements, thereby promoting better facility management and resource allocation within governmental structures. The outlined details reflect an organized effort to maintain optimal performance of essential systems while following established guidelines for asset tracking and maintenance coordination.
    The sources sought notice issued for Computer Room Air Conditioning (CRAC) maintenance and repair services at Offutt Air Force Base, Nebraska, aims to evaluate market capabilities for potential future contracting. The contractor will be responsible for management, supervision, labor, materials, and the effective operation and maintenance of CRAC units, adhering to all relevant laws, standards, and licensing requirements. This requirement is set-aside under the 8(a) Program and will involve a Firm-Fixed-Price, single award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with flexibility for changes in the scope of work over its duration. Interested parties are encouraged to declare their interest and provide a capability statement, confirm their 8(a) status, and share past performance examples, ideally from similar government contracts. Questions and feedback on the draft Performance Work Statement are welcome. Responses must be submitted via email by June 18, 2025, at 11:00 AM CDT. This notice highlights the government's proactive approach to sourcing qualified contractors while fostering small business participation in federal contracting opportunities.
    The Performance Work Statement outlines the maintenance and repair services required for Computer Room Air Conditioning (CRAC) units at Offutt Air Force Base, Nebraska. The selected contractor is responsible for managing, supervising, and conducting both scheduled and unscheduled maintenance, ensuring compliance with federal, state, and local regulations. Key deliverables include initial inspections, equipment assessments, preventive maintenance schedules, and comprehensive reporting on the operational status of CRAC units. The scope of work mandates effective communication with the contracting officer and adherence to a Quality Control Plan that minimizes environmental impact. Specific operational requirements for CRAC units include temperature and humidity controls necessary for optimal functioning within designated parameters. The contractor must employ qualified personnel certified in HVAC and refrigerant handling and follow strict safety protocols, including emergency response training and environmental management practices. The PWS prioritizes detailed reporting, ongoing equipment evaluations, and efficient service request handling, including both emergency and non-emergency situations. This document serves as a framework for ensuring the smooth functioning of critical temperature control systems, reflecting the government's commitment to maintaining facility integrity and operational efficiency in a secure environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
    Buyer not available
    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.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    183 CES Repair Server HVAC and Electric
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Air-Conditioning
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for air-conditioning services and related supplies. This procurement aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, with the potential for multiple BPAs to be awarded over a five-year period, each with a master dollar limit of $4,999,999. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Urgent Maintenance Repair of cooling units, Rosebud, SD
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors for the urgent maintenance and repair of cooling units at the Rosebud Indian Health Service Hospital in South Dakota. The primary objective is to address the immediate need for repairs on the air conditioning unit located above the Radiology CT unit, which is critical for maintaining operational efficiency and patient comfort. This procurement falls under the category of maintenance and repair of refrigeration and air conditioning equipment, highlighting the importance of reliable climate control in healthcare settings. Interested contractors can reach out to Andrea Whipple at andrea.whipple@ihs.gov or call 605-747-0402 for further details regarding the opportunity.