Trane & York Chillers Maintenance & Repair- Tobyhanna Army Depot
ID: W51AA1-25-R-0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command, is seeking small businesses to provide maintenance and repair services for two Trane and one York air-cooled chillers, along with a Larkin Free Cooler, at the Tobyhanna Army Depot in Pennsylvania. The contract, identified as W51AA1-25-R-0015, is structured as a hybrid agreement that includes both firm-fixed-price and time-and-materials pricing for scheduled inspections and unscheduled repairs, emphasizing the importance of compliance with federal labor standards and quality assurance protocols. This procurement is critical for maintaining operational efficiency at the depot, ensuring that essential cooling systems are functional and reliable. Interested contractors must submit their proposals by April 17, 2025, following a mandatory site visit on March 25, 2025, and can direct inquiries to Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.

Point(s) of Contact
Files
Title
Posted
Mar 11, 2025, 8:04 PM UTC
The Performance Work Statement (PWS) outlines a non-personnel services contract for inspection, maintenance, and repair services of multiple air-cooled chillers at Tobyhanna Army Depot. The contract is structured as a five-year agreement, including a base year and four option years, with a mix of Firm Fixed Price (FFP) and Time & Material (T&M) line-item numbers. The contractor is responsible for performing scheduled inspections, immediate reporting of deficiencies, and complying with manufacturer standards. Key tasks include regular maintenance activities and a one-time repair of the TRANE chiller identified as 1A-RFF-ACH03. The contractor must develop a Quality Control Program and adhere to safety, environmental, and security requirements throughout their service. The work is to be performed by certified technicians with at least five years of relevant experience, ensuring operations remain within regulatory compliance. Further, the contractor will provide comprehensive reports of all servicing and repairs, coordinating closely with the Government Contracting Officer's Representative (COR). This initiative emphasizes maintaining functionality and safety across the chillers while keeping the Government informed of all operations and technical requirements.
The Performance Work Statement (PWS) outlines a service contract for inspection, maintenance, and repair of chiller units at the Tobyhanna Army Depot. This five-year hybrid contract includes two TRANE chillers and one YORK chiller with a Larkin Free Cooler, structured into Firm Fixed Price and Time & Material pricing. The contractor is responsible for providing all necessary personnel and resources while following all applicable standards to ensure optimal functionalities and record maintenance. Key objectives are scheduled inspections, on-call repairs, and timely communication of deficiencies to a government representative. The contractor must develop a Quality Control Program to meet performance standards and provide detailed reports after each service, with responses to unscheduled calls within 72 hours. A pre-bid site visit is required, and upon contract award, specific timelines for repairs, including a one-time major repair for one chiller, are established. Furthermore, compliance with safety, environmental regulations, and security protocols is mandated, ensuring full accountability and oversight by the government. This contract illustrates the government's commitment to maintaining critical infrastructure while enforcing rigorous standards for contract execution, safety, and environmental stewardship, essential for mission success at the depot.
Mar 11, 2025, 8:04 PM UTC
The document outlines the pricing requirements for Solicitation W51AA1-25-R-0015 concerning the maintenance and repair of two Trane and one York Air-Cooled Chiller units. It includes detailed instructions for prospective contractors on completing the pricing table, which consists of various Contract Line Item Numbers (CLINs) categorized into firm-fixed-price (FFP) and time-and-materials (T&M) structures across base and option years. Contractors are instructed to provide hourly labor rates for on-call repairs, which will assist in evaluating offers without committing to specific hours. The document emphasizes compliance with the Service Contract Labor Standards, ensuring benefits and working conditions for contracted labor. Overall, the main purpose is to solicit proposals from contractors regarding the specified maintenance services while establishing guidelines for pricing submissions and compliance procedures. The structured format highlights essential delivery requirements for both immediate and future services.
Apr 16, 2025, 4:06 PM UTC
The document outlines the pricing table for solicitation W51AA1-25-R-0015, which focuses on the maintenance and repair services for two Trane and one York air-cooled chillers with Larkin Free Cooler. It specifies a structure of Contract Line Item Numbers (CLINs) categorized into Base Year and Option Years, detailing the pricing format as Fixed Firm Price (FFP) or Time and Materials (T&M). The proposal submission requires bidders to fill in rates for labor associated with preventative maintenance and on-call repairs, with specific emphasis on compliance with Service Contract Labor Standards. The Total Evaluated Price is essential for evaluation purposes only and must reflect the costs associated with these services. Furthermore, it instructs contractors on the invoicing process and clarifies that material costs will be reimbursed separately. Overall, this solicitation serves to ensure that the government acquires necessary maintenance services while adhering to regulatory standards and efficient cost evaluation practices.
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the frameworks and procedures for the Army Contracting Command to monitor services provided under the Building 1A and 1E Chiller Service Contract. The goal is to ensure contractor performance meets established standards while allowing for surveillance at both the contractor and subcontractor levels. The plan details service scope, including routine inspections and necessary repairs of TRANE and York chiller units at the Tobyhanna Army Depot. Roles are clearly defined, designating the Contracting Officer as the sole authority for contract administration and the Contracting Officer’s Representative responsible for monitoring technical aspects. The document includes specifications for quality control, surveillance methods, performance evaluation criteria, and nonconformance reporting procedures, categorizing issues as minor, major, or critical. It also describes the government's right to perform quality assurance checks and to institute corrective actions for identified nonconformances. The plan establishes a structured approach to data analysis and contractor performance evaluation, reinforcing the importance of adherence to contract terms for successful service delivery.
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
Apr 16, 2025, 4:06 PM UTC
The document pertains to the Request for Information (RFI) concerning the Chiller Plant Maintenance and Repair contract, specifically addressing inquiries about compliance with Health and Welfare Executive Order 13706 and certified payroll requirements. It confirms the applicability of the Executive Order as stipulated in the FAR clause 52.222-62, which mandates paid sick leave. This clause has been integrated into the solicitation following Amendment 0002. The goal of the document is to clarify contract terms regarding employee benefits and conditions tied to this federal contract. Potential bidders are directed to refer to the specified solicitation document (W51AA1-25-R-0015) for comprehensive details surrounding the project’s requirements and stipulations.
Apr 16, 2025, 4:06 PM UTC
The document outlines a solicitation (W51AA1-25-R-0015) by the Army Contracting Command for services related to the maintenance and repair of chillers at Tobyhanna Army Depot, set for small businesses under NAICS code 238220. An offer due date is indicated for April 10, 2025, with a mandatory site visit scheduled for March 25, 2025. The acquisition is a hybrid contract, combining firm-fixed-price and time-and-materials pricing for various scheduled inspections and unscheduled repairs for both York and Trane chiller units. The proposal submission must include completed forms and references, as well as acknowledgments of any amendments released. The document further clarifies the evaluation criteria, stating that awards will be based on a best-value approach, considering technical capability, past performance, and price. It also emphasizes the importance of compliance with the Service Contract Labor Standards and the need for contractors to ensure their proposals meet federal accessibility standards. This solicitation serves to fulfill government requirements while supporting small business participation and ensuring quality service contracts within established guidelines.
Apr 16, 2025, 4:06 PM UTC
The document is an amendment to a government solicitation for maintenance and repair services for York and Larkin cooling units. It primarily revises the Performance Work Statement (PWS) and Pricing Table to include maintenance for a newly added Larkin Free Cooler alongside the existing York chiller. Key updates include a revised deadline for offers, now due on April 17, 2025, with questions due by April 10, 2025. The amendment alters several Contract Line Item Numbers (CLINs) to reflect the inclusion of the Larkin unit, covering both scheduled inspections and unscheduled repairs. Additionally, the attachment details, including the Performance Work Statement and the Pricing Table, have been updated to align with the new contract terms. This amendment demonstrates the government’s commitment to procuring comprehensive cooling maintenance services while ensuring that all contractors are informed of the changes before the submission deadline.
Apr 16, 2025, 4:06 PM UTC
The document serves as an amendment to an existing solicitation for government procurement, specifically addressing responses to received Requests for Information (RFIs) and the inclusion of a new clause regarding paid sick leave under Executive Order 13706. Key aspects include the stipulation that the terms and conditions of the original solicitation remain unchanged, except for updates detailed in the amendment. This amendment extends the deadline for receipt of offers, necessitating acknowledgment from the contractors to prevent rejection of their submissions. The amendment officially modifies the contract identified as W51AA125R0015, with the specified changes organized under relevant UCF section headings. The addition of clause 52.222-62, which pertains to employee sick leave benefits, underscores the government's commitment to ensuring fair labor practices. The amendment is administered by the ACC-APG Tobyhanna Division, located at Tobyhanna, PA, which oversees compliance and management for this solicitation. Overall, the document reflects the government's procedural updates to maintain compliance with labor standards while also facilitating the solicitation process for potential contractors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
96th Bomb Squadron Chiller B6603
Buyer not available
The Department of Defense, through the Air Force Global Strike Command, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as outlined in solicitation number FA460825QC043. This procurement is a total small business set-aside, emphasizing the need for compliance with the specified technical requirements and standards for HVAC systems, which are critical for maintaining operational efficiency in government facilities. Interested vendors must ensure their quotes are submitted electronically by April 25, 2025, at 11:00 AM CDT, and should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil. Please note that funding is not currently available, and no awards will be made until funds are secured.
DEP-50801-5P - Replace Chiller and HVAC Repair
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified contractors for the replacement of a chiller and HVAC repair services at the U.S. Army Garrison Devens RFTA in Massachusetts. The procurement aims to gather information on the availability and capability of potential sources, with a focus on firms classified under the NAICS Code 236220 for Commercial and Institutional Building Construction, which has a small business size standard of $45 million. The government intends to award a single firm-fixed-price contract with an expected performance period of 180 days following the notice to proceed. Interested parties should submit their company information and capabilities to Bryan Thompson via email by the specified deadline, as no solicitation document currently exists.
Unfunded - Portable 100-ton Chiller With Pump Package
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable 100-ton Chiller with Pump Package as part of a combined synopsis/solicitation. The procurement requires a commercial air-cooled chiller unit that meets specific technical features, including scroll compressors, high-efficiency heat exchangers, and a robust electrical system, all compliant with UL and ASHRAE standards. This equipment is crucial for maintaining operational efficiency in military settings, and the selected contractor will be responsible for providing a complete working unit that passes rigorous testing and certification. Interested small businesses must submit their quotes, including a technical proposal, by April 23, 2025, with all inquiries directed to Brent E. Geschwentner or Darin L. Brun via email. It is important to note that funds are currently unavailable for this acquisition, and no contract will be awarded until appropriated funds are made available.
LRS Chiller B6237
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one Brand Name Trane 100-ton 460 volt air conditioning chilled water unit, as outlined in solicitation number FA460825QC050. This procurement is a total small business set-aside under NAICS code 238220, aimed at acquiring essential air conditioning equipment for operational efficiency at Fort Johnson, Louisiana. The selected contractor will be responsible for providing a unit that meets specified technical requirements, with a focus on compliance with federal standards and safety regulations. Quotes are due by Friday, April 25, 2025, at 3:00 PM CDT, and interested vendors should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
FY 25 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Fiscal Year 2025 Mechanical Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract, set aside for small businesses, encompasses a range of mechanical services including the inspection, testing, installation, and maintenance of Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) systems, with a total potential value of $71.5 million over a base year and five optional extensions. The procurement is critical for ensuring operational efficiency and compliance with safety and regulatory standards in military facilities. Interested contractors must submit their proposals electronically by the specified deadlines, and are encouraged to attend a pre-proposal conference scheduled for April 23, 2025. For further inquiries, potential bidders can contact Nicole Levesque at nicole.levesque@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
8th AF Chiller B5345
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three Trane air conditioning chilled water units as outlined in solicitation number FA460825QC052. The requirement includes one 160-ton 200-volt unit and two 160-ton 460-volt units, each with a one-year warranty, to support operational needs at Fort Johnson, Louisiana. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and the need for qualified vendors to provide essential air conditioning equipment. Interested parties must submit their quotes by April 28, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Youth Center Chiller B3722
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as part of a combined synopsis/solicitation process. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to fulfill the cooling requirements at Fort Johnson, Louisiana, ensuring compliance with operational efficiency standards. Interested vendors must submit their quotes by May 2, 2025, at 3:00 PM CDT, and should be aware that funding is not currently available, with the government reserving the right to cancel the solicitation if necessary. For further inquiries, potential bidders can contact SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Centrifugal Chiller Request for Quotation
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command, is soliciting proposals for centrifugal chiller maintenance services at NSF Dahlgren, Virginia, under Request for Quotation N4008025Q9599. The contract, set aside for small businesses, aims to provide one-year firm fixed price preventive maintenance for nine chillers, ensuring compliance with original equipment manufacturer guidelines through inspections, mechanical cleaning, leak checks, and refrigerant assessments. Proposals are due by April 23, 2025, at 2:00 PM EST, and interested contractors should direct inquiries to Kayla Liverman at kayla.m.liverman.civ@us.navy.mil, while adhering to wage determinations under the Service Contract Act.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
Ft Drum Bldg NY112 HVAC Repairs
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey (ACC-NJ), is seeking qualified contractors to perform HVAC repairs at Fort Drum Training Building NY112 in New York. The project involves the removal and replacement of three PTAC units, two outdoor condensing units, and indoor DX coils, as outlined in the Specification of Work (SOW). This procurement is crucial for maintaining the operational efficiency and comfort of the facility, ensuring that it meets the necessary standards for training activities. Interested small businesses are encouraged to reach out to Emily Schlee at emily.schlee.civ@army.mil or call 609-562-3774 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.