Liebert Certified HVAC Maintenance - Indianapolis
ID: HQ042325QE038Type: Combined Synopsis/Solicitation
AwardedJul 22, 2025
$487.9K$487,855
AwardeeVICTORY GLOBAL SOLUTIONS, INC. Columbia MD 21044 USA
Award #:HQ042325PE021
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, 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, through the Defense Finance and Accounting Service (DFAS), is seeking qualified vendors to provide annual maintenance for Liebert-manufactured HVAC units and UPS/power equipment at their facility in Indianapolis, Indiana. The procurement aims to ensure the reliable operation of critical IT infrastructure by maintaining climate-controlled environments, which is essential for protecting sensitive equipment and data from potential failures. Interested vendors must submit their quotes by June 9, 2025, including proof of being a licensed Liebert reseller, with the contract expected to be awarded based on the lowest price technically acceptable. For further inquiries, vendors can contact Miranda Amir at miranda.j.amir.civ@mail.mil or Laura B. Price at Laura.B.Price7.civ@mail.mil.

    Files
    Title
    Posted
    The RFQ HQ042325QE038 seeks quotes for HVAC maintenance and UPS battery replacement services for the Defense Finance and Accounting Service in Indianapolis, IN. The procurement involves providing annual maintenance for Liebert-manufactured HVAC units to protect sensitive IT equipment. Interested vendors must submit a quote by June 9, 2025, including unit prices, company details, and proof of being a licensed Liebert reseller. The government intends to award a single fixed-price contract based on the lowest price technically acceptable. The contract will have a one-year term with an option for an additional year. All inquiries regarding the RFQ must be submitted in writing, and the project is aimed at ensuring compliance with Federal Acquisition regulations and guidelines. The document outlines the essential criteria for vendor eligibility, performance expectations, and the government's protest procedures.
    The document outlines a Performance Work Statement (PWS) for the annual maintenance of HVAC Liebert UPS/power equipment, battery services, and chemical cleaning at the DFAS Indianapolis facility. It mandates that qualified, certified vendors perform routine inspections, emergency repairs, and preventative maintenance for protecting critical IT infrastructure. Services include guaranteed 4-hour response times, four annual maintenance visits, and strict disposal protocols for materials, adhering to EPA regulations. The contractor is responsible for providing all necessary supplies and must comply with safety standards and regulations, ensuring proper procedures for hazardous materials are followed. Security requirements for contractor personnel are also specified, including U.S. citizenship and background regulations, emphasizing that no direct access to sensitive information systems is permitted. Overall, the PWS aims to ensure the reliable operation of essential power equipment, reflecting the government's commitment to maintaining secure and efficient IT environments.
    The document outlines a request for quotes (RFQ) by DFAS-Indianapolis for HVAC maintenance, UPS battery maintenance, and chemical cleaning services. It specifies one main item, the "Liebert pre-packaged essential service plan," for a duration of one year along with an option for an additional year. The pricing must incorporate shipping costs, and quotes should be valid for a minimum of 30 days. Interested vendors are required to provide their business size, contact details, CAGE or DUNS number, tax identification, and place of manufacture. Additionally, vendors must complete and return specific Federal Acquisition Regulation (FAR) provisions with their quote. The document emphasizes compliance with outlined performance requirements and includes attached references for further details, including a Performance Work Statement and Bill of Materials, essential for potential bidders to prepare their proposals accurately.
    The document outlines specifications for various Liebert high-volume air conditioning and UPS (uninterruptible power supply) equipment at a designated site. It lists model numbers, serial numbers, and operational details for both indoor and outdoor units, categorizing them by type—such as UPS units, ceiling units, and server room air conditioners. Key components include high-performance HVAC systems, such as the Liebert models PX018DA1C8A303 and MCS028E1YDP082, with notes on their operational specifications. Additionally, details on UPS equipment, including multi-module setups and system controls, are provided, demonstrating a structured inventory of vital equipment for the facility, specifically Site ID: 74543. The purpose of this document aligns with government initiatives to maintain and upgrade critical infrastructure, ensuring operational reliability and efficiency while adhering to federal, state, and local RFP standards. This inventory serves as a crucial resource for future maintenance, procurement, and compliance with regulatory requirements in facility management.
    The document outlines the Performance Requirement Summary (PRS) for the Liebert Pre-Packaged Essential Service Plan, focusing on HVAC, UPS/power equipment maintenance, and related services for the facility located at 8899 E. 56th Street, Indianapolis, IN. The primary objective of the contract, numbered HQ0423-25-C-XXXX, is to ensure annual maintenance of Liebert-manufactured units, thus maintaining climate control for critical IT infrastructure to safeguard against potential equipment and data failures. Key performance indicators include completing preventative maintenance, providing timely chemical cleaning, and ensuring a guaranteed four-hour response time. Contractors are required to adhere to safety procedures according to OSHA standards and must submit quarterly and annual maintenance reports to the Contracting Officer Representative (COR). The contractor’s performance will be surveilled to ensure compliance, with a required quality level of 100% for specific tasks and 95% for response times. This document exemplifies the federal government’s commitment to maintaining essential technical services and emphasizes the importance of certified vendors in safeguarding sensitive operational systems.
    The file pertains to a federal procurement for annual maintenance services for HVAC and UPS systems at the DFAS facility in Indianapolis, IN. The contract specifies the need for certified vendors to perform maintenance on Liebert brand equipment, ensuring climate control for sensitive IT infrastructure. Essential services include routine repairs, emergency response, preventative maintenance, and chemical cleaning, with stringent requirements for vendor qualifications and response times. The solicitation outlines the contract's terms, including performance expectations and safety protocols that the contractor must follow. It emphasizes the importance of maintaining compliance with environmental regulations during work, the proper disposal of materials, and adherence to security measures for contractor personnel accessing the DFAS facility. The contract duration spans from May 30, 2025, to May 29, 2026, with an option for renewal. Overall, the document is structured to provide a comprehensive overview of the procurement process, technical requirements, and legal stipulations, ensuring clarity for potential contractors about their obligations and the standards to be met throughout the contract's execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY23 Virtualization Hyperconverge Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    MOTOR AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of MOTOR AC units, with a focus on electrical motors as defined under NAICS code 335312. The contract requires compliance with specific quality assurance and inspection standards, and emphasizes the importance of item unique identification and valuation, as well as adherence to military specifications for packaging and marking. Interested vendors must submit their quotes by December 19, 2025, with delivery expected as soon as possible thereafter. For further inquiries, potential bidders can contact James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    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.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130014923067. The requirement includes a total quantity of 37 units, with delivery expected within 127 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    41--CONDENSER,REFRIGERA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a condenser, refrigeration unit, identified by NSN 4130016496827. The requirement includes a quantity of one unit to be delivered to DLA Distribution Warner Robins within 168 days after order placement, with the approved source being 66935 026-46495-000. This equipment is critical for air conditioning and refrigeration applications within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 29 units of a power supply, identified by NSN 6130015528757. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The power supplies will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130010871556, with a requirement for seven units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The power supply is critical for various applications within military operations, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of two air cooler units, specifically identified by NSN 4130015036830. The requirement includes delivery to DLA Distribution within 149 days after order, with approved sources listed as 38450 1265-00-D and 38450 FCA-25 TYPE III. These air conditioning units are critical for maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    29--AIR DISTRIBUTOR,STA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Air Distributor, NSN 2990123808818. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    41--AIR CONDITIONER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 16 air conditioners under solicitation number NSN 4120016281437. The requirement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the units to DLA Distribution within 149 days after order. These air conditioning units are critical for maintaining operational efficiency in various military settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.