AFIT Cleanroom Air Handler Units and Exhaust Fans Preventative Maintenance
ID: FA860124Q0168Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, 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 Air Force, is seeking qualified contractors to provide preventative maintenance services for Cleanroom Air Handler Units and Exhaust Fans at the Air Force Institute of Technology (AFIT) located at Wright-Patterson AFB, Ohio. The contract will encompass scheduled inspections, emergency repairs, and the supply of necessary parts to ensure operational efficiency in a critical laboratory environment, with a performance period from September 30, 2024, to September 29, 2025. This procurement is vital for maintaining the integrity of cleanroom conditions essential for various research and operational activities. Interested offerors must submit their quotes electronically by September 13, 2024, and can contact Brian Algeo or Jessica Wade for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for a Service and Repair Agreement Contract concerning Cleanroom Air Handler Units and Exhaust Fans at the Air Force Institute of Technology (AFIT). The contractor is tasked with providing preventative maintenance (PM) and emergency repair services for various models of VENTROL Air Handler Units (AHUs) and GREENHECK Exhaust Fans to ensure operational efficiency in a 24/7 laboratory environment. Key responsibilities include scheduled inspections—encompassing Cooling and Heating Operating Inspections, Belt Changes, and Filter Changes—performed at set quarterly and semi-annual intervals. The contractor must supply necessary parts, such as filters and belts, and have prior experience with the specified systems. Additionally, the AFIT will provide support through existing equipment and maintenance history while ensuring contractor accountability and performance assessment through the Lab Chief and Technicians. The document emphasizes the importance of continuous operation, timely maintenance, and prompt emergency service to uphold the integrity of critical cleanroom environments. This RFP represents the agency's strategic approach to maintaining crucial HVAC systems aligned with federal operational standards.
    The document outlines a solicitation for a contract involving maintenance and repair services for Air Handler Units and Exhaust Fan systems at the Air Force Institute of Technology (AFIT) in Wright-Patterson AFB, Ohio. It includes specifications for required services, particularly preventative maintenance to ensure operating temperatures and effective fume exhaust in cleanroom conditions. The project is categorized under the Product Service Code J041, indicating a focus on maintenance services, and is structured as a firm fixed price arrangement for four units over a designated performance period from September 30, 2024, to September 29, 2025. Key administrative details include contact information for personnel involved in the solicitation process, the measurement methods for contractor performance, and compliance clauses incorporating various Federal Acquisition Regulations (FAR). This document highlights the government’s commitment to supporting small businesses, including women-owned and economically disadvantaged businesses, in alignment with federal mandates. Overall, the solicitation reflects an organized approach to ensuring the required maintenance is conducted in compliance with regulatory standards while fostering economic opportunities for smaller vendors in government contracting.
    The document details essential provisions regarding Offeror Representations and Certifications for federal contracts involving commercial products and services. Offerors must complete relevant sections based on their status in the System for Award Management (SAM), confirming that their annual representations are accurate and current. Key representations include the identification of small business status and categorizations such as veteran-owned or women-owned businesses. Additional stipulations address compliance with federal tax liabilities and felony convictions, ensuring corporations maintain accountability. The document emphasizes the importance of prior contract performance, compliance with equal opportunity regulations, and affirmative action program development as part of the broader federal procurement process. These requirements are designed to promote transparency, uphold ethical standards, and support diverse business participation in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B729 Duct cleaning
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for duct cleaning services at Building 729. The project involves cleaning and sanitizing various HVAC components, including air handler units, metal ducts, and powered induction units, with a performance period of 90 days post-award. This initiative is crucial for maintaining air quality and operational efficiency within military facilities, ensuring compliance with local, state, and federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can direct inquiries to Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Duct Cleaning Bldg 1515
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for duct cleaning services at Building 1515, Scott Air Force Base, Illinois. The contractor will be responsible for providing all necessary equipment, labor, and materials to clean a total of 197 cold air ducts across the first and second floors, which encompass a combined area of 32,241 square feet. This procurement is crucial for maintaining the HVAC system's efficiency and ensuring a safe working environment, with work expected to be completed within 30 days of the order receipt. Interested small businesses must submit their proposals by September 16, 2024, and can direct inquiries to primary contact Jin Chung at jin.chung.2@us.af.mil or secondary contact Tyler Murphy at tyler.murphy.3@us.af.mil.
    Industrial Fans Preventative Maintenance @ Tinker AFB, Oklahoma
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking qualified small businesses to provide preventative maintenance for 34 MacroAir fans at Tinker Air Force Base in Oklahoma. The contract will establish a Fixed Price agreement for a one-time maintenance service, which includes conducting full inspections, identifying necessary repairs, and providing detailed documentation and invoicing within a 30-day period. This maintenance is crucial for ensuring the operational efficiency of the facility's air circulation systems, adhering to manufacturer guidelines and security protocols. Interested contractors must submit their quotes electronically by September 19, 2024, and can direct inquiries to John Sproul at john.sproul@dla.mil or by phone at 717-770-7285.
    820 RHS HVAC Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of HVAC units for the 820th Red Horse Squadron at Nellis Air Force Base, Nevada. The requirement includes three specific Trane HVAC systems: a 25-ton and a 15-ton dedicated outdoor air system, as well as a 3-ton split type system, all designed to meet stringent mechanical and plumbing standards for federal facilities. This procurement is crucial for enhancing indoor air quality and temperature control, ensuring compliance with high-performance building standards. Interested small businesses must submit their quotes electronically by September 18, 2024, at 1000 PDT, to Amber Rivera at amber.rivera.2@us.af.mil, and must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    Pneumatic Plastic Media Recovery System Updates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide parts and installation for updates to the Pneumatic Plastic Media Recovery System at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement involves the purchase and installation of a new plastic media blasting booth, connecting the system to base power, conducting system start-up checks, and providing operator training, all while ensuring compliance with industry standards and safety regulations. This project is critical for maintaining operational efficiency and safety standards within the facility, with a total small business set-aside and funding available through the National Guard and Reserve Equipment Account. Interested contractors must submit their quotes by September 23, 2024, with questions directed to Lori J. Jenkins at lori.jenkins.1@us.af.mil or by phone at 330-609-1041.
    Air/Nitrogen Systems Maintenance BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for semi-annual maintenance and emergency repair services for air and nitrogen systems at Whiteman Air Force Base in Missouri. The procurement aims to ensure the operational efficiency and safety of critical equipment, including Compress Air Systems, Nitrogen Generation Systems, and Air Dryers, through routine inspections and maintenance. The BPA will be effective for one year, with a total call ceiling of $1 million, allowing individual orders up to $25,000 to be paid via Government Purchase Card, while larger orders will require approval through the Wide Area Workflow system. Interested vendors must submit their offers by October 1, 2024, and are encouraged to attend a site visit on September 16, 2024, for which prior registration is required. For further inquiries, vendors can contact Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    Hoods & Duct Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hood and duct cleaning services at F.E. Warren Air Force Base in Wyoming. The procurement involves comprehensive cleaning and inspection of kitchen exhaust systems, adhering to National Fire Protection Association standards, with a contract value of approximately $9 million over multiple years, starting from January 2025. These services are critical for maintaining operational safety and compliance within military facilities, ensuring that essential cleaning operations continue uninterrupted, especially during emergencies. Interested contractors must submit their written quotations by October 3, 2024, and can direct inquiries to Contract Specialists Kyra Niece or Shane Yurkus via the provided contact information.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    355TH CES Building 2300 Complete Duct Cleaning Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the 355TH Civil Engineering Squadron, is seeking a qualified contractor to provide complete duct cleaning services for Building 2300 at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves a one-time service that includes cleaning ductwork, supply and return registers, blower motors, and replacing air filters, all while ensuring minimal disruption to the facility's operations. This service is crucial for maintaining air quality and operational efficiency within the military installation. Interested small businesses must submit their quotes by September 20, 2024, and can direct inquiries to Jeffrey Dreyer at jeffrey.dreyer@us.af.mil or by phone at 520-228-4830. Compliance with wage determinations and environmental regulations is mandatory, as outlined in the attached documents.