Air Compressor Maintenance
ID: FA462524Q1070Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for maintenance and emergency repair services of air and nitrogen systems at Whiteman Air Force Base in Missouri. The BPA aims to cover semi-annual maintenance for various systems, including compressed air systems, nitrogen generation systems, air dryers, and inline coalescing filters, with a total call ceiling of $1 million over one year. This procurement is critical for ensuring operational efficiency and safety in aircraft maintenance operations. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses amendments concerning a brand-new requirement for a federal contract relating to maintenance services. The responses clarify the absence of an incumbent service provider and stipulate that the contracting entity expects pricing to be structured specifically for semi-annual maintenance and necessary components. For semi-annual maintenance, proposers are instructed to provide average pricing reflecting basic preventative measures rather than detailed pricing for each individual system. Additionally, suppliers are encouraged to list and price out parts necessary for maintaining the systems, such as various sizes of filters, which may be requisite for routine operations. The document serves as a directive to potential bidders regarding the structure of their proposals, pricing expectations, and the necessity for accountability in maintenance services as part of the contracting process.
    Amendment 2 for RFQ #FA462524Q1070 outlines two key changes. First, the due date for offers has been extended from September 9, 2024, to October 1, 2024. Second, the amendment introduces a site visit for interested vendors, scheduled for September 16, 2024, at Whiteman Air Force Base, Missouri. Vendors should meet at the Visitor Center by 8:30 AM CST for a timely entry. To attend, vendors must email scans of their Driver's Licenses to specified contacts by the close of business on September 9, 2024. Failure to submit this information or pass a security background check will prevent vendors from attending the site visit. Overall, this amendment facilitates vendor participation and access to essential site information crucial for the RFQ submission process.
    This amendment provides updates to a federal government solicitation following a site visit on September 16. The main change involves separating Contract Line Item Number (CLIN) 0001 to distinguish between Reciprocating and Rotary-Screw Air Systems, which supply power to various tools for aircraft maintenance. Additionally, strict security protocols are established for operations on the flight line, prohibiting devices such as phones, tablets, cameras, and even hats. Contractors are encouraged to submit bids as prime contractors, while also participating in subcontracting with other contractors. This amendment reflects an effort to clarify bidding processes and ensure safety compliance for contractors involved in maintenance support for aircraft.
    The WAFB Air/Nitrogen Systems Maintenance BPA is a solicitation for commercial services aimed at establishing a Blanket Purchase Agreement (BPA) for semi-annual maintenance and emergency repair services for various systems at Whiteman Air Force Base. The RFQ (FA462524Q1070) targets system maintenance including Compress Air Systems, Nitrogen Generation Systems, and Air Dryers, with a total call ceiling of $1 million over a one-year period. Individual orders can be up to $25,000 and will utilize Government Purchase Cards. Vendors must submit quotes inclusive of federally mandated wage rates and a parts list approved by the Contracting Officer. Important requirements include registration in the System for Award Management, provision of detailed company information, and examples of past performance. Quotes will be evaluated based on price and satisfactory past performance, with the intention of issuing a contract without further negotiations unless deemed necessary. Questions must be directed to the contracting officer by the specified deadline, and responses should follow security protocols to ensure delivery. The document outlines compliance with the Federal Acquisition Regulation and establishes parameters for vendor responsibilities and contract terms.
    The WAFB Air/Nitrogen Systems Maintenance BPA document outlines a Request for Quotation (RFQ) for establishing a Blanket Purchase Agreement to provide maintenance and emergency repair services for specific systems at Whiteman Air Force Base. The solicitation, identified by RFQ number FA462524Q1070, aims to cover semi-annual maintenance for various air and nitrogen systems with a yearly ceiling of $1 million. Interested vendors are required to submit individual pricing quotes per system while adhering to federal wage requirements and providing documentation of past performance. The selection process will consider price and past performance; thus, submissions must include examples of previous work. Identifying information for the quote submission and compliance with the System for Award Management registration are essential. The RFQ deadline is outlined for October 1, 2024, with specific instructions for proposals and potential inquiries. The government emphasizes a straightforward award process; however, they retain the right to engage in discussions if necessary. The ombudsman for complaints is also mentioned for vendor concerns. This RFP reflects the government's structured approach to procuring services while maintaining compliance with federal regulations.
    Whiteman Air Force Base in Missouri requires maintenance services for its compressed air and nitrogen generation systems due to critical disrepair. The goal is to establish a one-year multiple-award blanket purchase agreement (BPA) with qualified contractors. Key maintenance objectives include semi-annual inspections and repairs to the equipment specified in the comprehensive listing. The contractor is responsible for routine maintenance, which encompasses checking and cleaning filters, inspecting connections, monitoring oil levels, and ensuring proper pressure and electrical functions. The scope includes detailed preventive maintenance measures for various systems, such as air compressors, nitrogen generators, air dryers, and inline coalescing filters. Contractors must maintain logs of all activities, ensure waste disposal, and provide site cleanup. By addressing these needs, the Air Force aims to maintain operational efficiency and safety within its facilities, reflecting the importance of adequately managing government contracts in maintenance and repair to uphold operational integrity.
    The document outlines Wage Determination No. 2015-5089 from the U.S. Department of Labor, detailing wage and fringe benefit requirements for federal contracts subject to the Service Contract Act (SCA) within specific Missouri counties. It specifies that contracts awarded on or after January 30, 2022, must pay a minimum wage of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document lists various occupations along with their corresponding wages, indicating that positions may require fringe benefits such as health and welfare, vacations, and holidays. A significant emphasis is placed on ensuring compliance with Executive Orders about paid sick leave, adjusting compensation to meet federal contractor regulations. The summary highlights adherence to wage levels and regulations as essential for contractors engaging in federal work. This guidance aims to protect workers' rights and provide transparency in federal contracting processes.
    The document FA462524Q1070 is a solicitation comprising various clauses related to federal government contracting, primarily focusing on compliance and regulatory frameworks for contractors. It includes clauses related to the compensation of former Department of Defense (DoD) officials, employee whistleblower rights, antiterrorism training, and the prohibition of specific telecommunications equipment linked to foreign entities. A critical clause outlined is the "Item Unique Identification and Valuation," which mandates contractors to assign unique identifiers for items valued at $5,000 or more delivered to the DoD, ensuring traceability and accountability. Additionally, the solicitation addresses payment instructions for electronic submission through the Wide Area Workflow (WAWF) system and highlights the evaluation criteria for contract awards, which include technical capability and pricing. The overall purpose is to establish a comprehensive framework for procurement that adheres to legal and operational standards while ensuring the integrity of the contracting process in federal service provision. This document serves as a guideline for potential contractors to understand compliance requirements, submit bids effectively, and align with federal acquisition policies.
    The document outlines the inventory and specifications of various air compression and nitrogen generation equipment located throughout multiple docks and hangars. Each docking area, labeled Dock #1 to Dock #14, includes detailed types of equipment such as duplex reciprocating air compressors, refrigerated air dryers, inline coalescing filters, and nitrogen generators of various configurations. The report also lists specific equipment used in additional facilities, including hangars, test cells, and shops, highlighting both low and high-pressure systems. Moreover, it catalogs equipment manufacturer models, serial numbers, and notes on missing tags, ensuring a comprehensive record of the assets. The overall purpose of this record is to facilitate equipment management and maintenance for government operations, particularly concerning air and nitrogen systems. This detailed inventory supports compliance with federal and local regulations and informs future procurement and maintenance planning within the context of government RFPs and grants. The meticulous cataloging of equipment signifies the government's commitment to ensuring operational efficiency and safety in its facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Air System Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for an Air System Repair project under the W7ND USPFO Activity MDANG 175. The contractor will be responsible for providing specifications, shop drawings, and field verification of site conditions, as well as all necessary tools, materials, equipment, and labor to ensure the breathing air system is operational and tested for immediate use. This project is critical for maintaining safety and operational readiness, as it involves the installation and testing of essential breathing air systems, including the replacement of old components and ensuring leak-free operation. Interested small businesses are encouraged to reach out to Michael Dombkiewicz at michael.dombkiewicz.1@us.af.mil or call 410-918-6218 for further details, as this opportunity is set aside for total small business participation.
    Schriever SFB Breathing Air Compressor Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the manufacture and delivery of a Mobile Self-Contained Breathing Apparatus (SCBA) Fill Trailer for the Schriever Space Force Base Fire Department. This procurement requires a trailer that meets specific NFPA 1901 standards and includes essential features such as dual axles, compressor safety shutdowns, an air purification system, and necessary training for operation. The acquisition is critical for ensuring safety and operational readiness for emergency services, with proposals due by September 25, 2024, and the contract set to begin on September 18, 2024. Interested vendors, particularly Women-Owned Small Businesses, should direct inquiries to SSgt Jake Pineiros at jake.pineiros@spaceforce.mil or Alejandro Castellanos at alejandro.castellanos@spaceforce.mil.
    Air Compressor System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide air compressor system services at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes comprehensive repair, preventive maintenance, and rental services for various air compressor, blower, and dryer systems, with a contract duration of one base year and two additional option years. This initiative is crucial for maintaining operational efficiency and ensuring high-quality standards in the Army's equipment management. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM ET, and are encouraged to attend a site visit scheduled for October 9, 2024, to better understand the requirements. For further inquiries, potential bidders can contact Laura J. Buehler at Laura.J.Buehler.civ@army.mil or Michelle L. Fike at michelle.l.fike.civ@army.mil.
    BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, has issued a Combined Synopsis/Solicitation notice for a Blanket Purchase Agreement (BPA) for Air Conditioning and Warm Air Heating services. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies must compete at the call level. The purpose of this procurement is to establish agreements with companies that provide standard commercial supplies and services related to air conditioning equipment and refrigeration and air conditioning components. The BPA will be awarded based on positive Past Performance, which will be evaluated on factors such as Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. Interested vendors should provide a minimum of three Past Performance References. The government also requires vendors to have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside, and vendors with technical and past performance merit may be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil by the specified deadlines. The government reserves the right to consider past performance information from other sources. The primary and secondary points of contact for this procurement are Barbara Grinder and Brandi Sorzano.
    FY25 SABER at Whiteman AFB, MO (FA462524R0004)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 SABER contract at Whiteman Air Force Base, Missouri, under Solicitation No. FA462524R0004. This opportunity involves providing comprehensive labor, materials, and supervision for various construction and maintenance projects, including carpentry, roofing, plumbing, and more, under a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The work is critical for maintaining and improving real property at the base, ensuring operational readiness and safety. Interested contractors must submit their proposals by the specified deadlines, with additional questions due by September 25, 2024. For further inquiries, contact Caleb Kirchhoff at caleb.kirchhoff@us.af.mil or James Bohnenstingel at james.bohnenstingel@us.af.mil.
    J041--586-Medical Air/Vacuum-Repair/Maintenance/Inspection Services for the G.V. Sonny Montgomery VA Medical Center, Jackson MS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Medical Air/Vacuum Repair, Maintenance, and Inspection Services for the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The primary objective of this procurement is to ensure compliance with regulatory standards through necessary inspections, repairs, and preventive maintenance of the facility's medical air and vacuum systems. This contract is crucial for maintaining high standards in patient care by ensuring the reliability of essential medical systems within the facility. Interested bidders must submit their proposals by September 20, 2024, at 3 PM Central Time, and can contact Contract Specialist LaTonya Mack at LaTonya.Mack@va.gov or 601-206-6964 for further information. The total award amount for this contract is projected to be $12.5 million, with a base year and four optional extensions.
    FY25 Simplified Acquisition for Base Engineering Requirements (SABER) for Whiteman Air Force Base, Missouri
    Active
    Dept Of Defense
    The US Air Force seeks a design-build or bid-build contractor for its Simplified Acquisition of Base Engineering Requirements (SABER) program at Whiteman Air Force Base in Missouri. The selected vendor will undertake various construction projects, emphasizing in-house or readily accessible design capabilities for infrastructure alterations and repairs. This $9.9 million contract, spanning one base year and four optional years, showcases the Air Force's commitment to maintaining its facilities. Registered SAM.gov contractors with a UEI and 8(a) Set-Aside certification are eligible to apply. SABER programs are essential for keeping Air Force bases operational, and successful applicants will play a pivotal role in ensuring the Whiteman Base's efficiency. Interested parties should promptly access the SAM.gov database for contract opportunities, as paper copies will not be provided. The primary contact for this procurement is James Bohnenstingel at james.bohnenstingel@us.af.mil.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.
    Replace Backflow Preventers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the replacement of backflow preventers at the 126th Air Refueling Wing located at Scott Air Force Base, Illinois. The project aims to address failures in existing backflow prevention devices across multiple buildings, ensuring compliance with safety and operational standards. This procurement is crucial for maintaining infrastructure integrity and public health, as backflow preventers play a vital role in preventing contamination of potable water systems. Interested small businesses must submit their sealed quotes by September 19, 2024, with a project cost estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact MSgt Benjamin James at benjamin.james.1@us.af.mil or TSgt Jonathan Middleton at jonathan.middleton.5@us.af.mil.
    B18 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of a chiller at Joint Base Anacostia-Bolling in Washington, D.C. The contractor will be responsible for repairing leaks in Chiller 1, conducting routine maintenance, and ensuring proper cleanup after the work is completed, with a focus on maintaining cooling capabilities for 26 facilities. This contract is set aside for small businesses under NAICS Code 811310, with a completion period of 60 days from the notice to proceed. Interested parties must submit their quotes by September 25, 2024, following a site visit scheduled for September 19, and should direct inquiries to Melvin Spann at melvin.spann@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.