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
    Description

    The Department of Defense, through the Army Contracting Command, is seeking proposals from small businesses for the maintenance and repair of two Trane and one York air-cooled chillers located at Tobyhanna Army Depot in Pennsylvania. The contract, structured as a five-year agreement with a combination of firm-fixed-price and time-and-materials pricing, requires contractors to perform scheduled inspections, immediate reporting of deficiencies, and compliance with manufacturer standards. This initiative is crucial for ensuring the operational efficiency and safety of the chillers, which are vital for the depot's climate control systems. Interested contractors must submit their proposals by April 10, 2025, following a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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.
    The document outlines wage determinations under the Service Contract Act, indicating that contracts initiated or renewed after January 30, 2022, must pay workers at least $17.75 per hour, whereas those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour for 2025. It includes detailed occupational wage rates for various job classifications in Pennsylvania and stipulates additional worker benefits like paid sick leave, vacation, and holidays. The document also outlines requirements for classifying unlisted occupations and the conformance process for wage determination adjustments.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    5 Year Service Contract for Boiler Maintenance - Building 1E at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense, through the U.S. Army, is soliciting proposals for a five-year service contract focused on the maintenance and emergency repair of the Boiler Plant at Tobyhanna Army Depot in Pennsylvania. The contract will include both firm fixed-price provisions for scheduled maintenance and time and materials options for unscheduled repairs, requiring contractors to demonstrate technical capabilities and relevant past performance. This maintenance service is crucial for ensuring the operational efficiency and safety of the facility's heating systems, which include two Vapor Power boilers and associated equipment. Interested contractors should submit their proposals, including a price breakdown and compliance with safety standards, to Mark Buonomo at mark.buonomo2.civ@army.mil by the specified deadlines, with a site visit planned to assist in proposal preparation.
    Remove/replace Chiller unit - Bldg. 221
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the removal and replacement of a chiller unit at Building 221, located at the 911th Airlift Wing in Coraopolis, Pennsylvania. The project requires contractors to provide all necessary materials, labor, and supervision while adhering to federal and industry standards, with a performance period set from March 24, 2025, to July 22, 2025. This procurement is critical for maintaining operational efficiency and compliance with environmental regulations, as the existing system must be replaced to ensure reliable cooling for the facility. Interested small businesses must submit their sealed bids by 11:00 AM ET on March 12, 2025, and can direct inquiries to Claudette Baldt at claude.baldt.1@us.af.mil or Anthony Abate at anthony.abate@us.af.mil for further clarification.
    Remove and Replace Chillers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to remove and replace chillers at a facility located in Coraopolis, Pennsylvania. This procurement is categorized as a Total Small Business Set-Aside, indicating a preference for small business participation in the bidding process, and falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors. The maintenance and repair of refrigeration and air conditioning equipment are critical for ensuring operational efficiency and comfort within military installations. Interested parties should reach out to Claudette Baldt at claudette.baldt.1@us.af.mil or call 412-474-8127 for further details regarding the presolicitation notice.
    Sprinkler Systems Maintenance & Repair - Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is seeking a contractor for the maintenance and repair of sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a hybrid service contract that includes both firm fixed price and time and materials components, aimed at ensuring the operational integrity of 262 fire protection systems across various buildings. The selected contractor will be responsible for annual inspections, testing, maintenance, and minor repairs, adhering to NFPA standards and maintaining a physical presence on-site at least two days per week. Proposals are due following a site visit scheduled for March 20, 2025, and interested parties can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.
    J041--FY25 SERVICE - BUF CHILLER MAINTENANCE (BASE + 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract for the maintenance and service of three York chillers at the Buffalo VA Medical Center, covering a base year plus four additional option years. The procurement is aimed at ensuring the reliable operation of critical refrigeration and air conditioning systems, which are essential for maintaining a comfortable and safe environment for patients and staff. Interested firms that believe they can meet the requirements are invited to submit written notifications with supporting evidence by March 17, 2025, to the designated contract specialist, Taylor Richter, at Taylor.Richter@va.gov. If no qualifying responses are received, the VA intends to proceed with the contract award to Johnson Controls Fire Protection LP, with the relevant NAICS code being 238220 and the PSC code J041.
    Industrial Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Industrial Machine Maintenance services at the Letterkenny Army Depot in Pennsylvania. The contract requires qualified contractors to provide emergency and preventative maintenance, ensuring minimal downtime for critical industrial machinery, with a base performance period of one year and two optional extensions. This procurement is vital for maintaining operational efficiency and compliance with safety standards, including adherence to ISO 45001 and OSHA regulations. Interested parties must submit their proposals by March 27, 2025, and can direct inquiries to Danielle Rhone or Thomas C. Hall via the provided contact information.
    Brand Name: Trane Water Cooled Chiller and Brand Name: Marley IDDF Cooling Tower
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Trane Water Cooled Chiller and a Marley IDDF Cooling Tower. This opportunity falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and warm air heating equipment, and is crucial for maintaining efficient climate control systems within military facilities. Interested vendors are encouraged to reach out to the primary contact, Alaina Carr, via email at alaina.carr.1@us.af.mil or by phone at 850-461-3905, or to the secondary contact, Francisco Arredondo, at francisco.Arredondo.4@us.af.mil or 850-714-4480, for further details regarding this sources sought notice.
    Propane Service / Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for propane service and repair at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to secure a contractor for the supply, installation, and maintenance of propane tanks, including refueling and tank relocation services, over a five-year period. This contract is crucial for ensuring a reliable fuel supply while adhering to safety and environmental regulations. Interested small businesses must submit their proposals, including a pricing sheet and past performance references, by the specified deadline, and are encouraged to contact Brian Dionysius at Brian.K.Dionysius.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information. A site visit is scheduled for March 13, 2025, to assess project conditions.
    ICBM CHILLER,WATER,REFRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of water chillers specifically designed for the Intercontinental Ballistic Missile (ICBM) program. The procurement focuses on air-conditioning and warm air heating equipment manufacturing, with an emphasis on compliance with stringent quality assurance standards and military packaging requirements. These chillers are critical components for maintaining environmental control systems vital to national defense operations. Interested suppliers must submit their proposals by March 28, 2025, and are encouraged to contact Kody Quayle at kody.quayle@us.af.mil for further information regarding the solicitation process.
    W041--Heating and Cooling | Chillers | Air Cooled Chiller Rental | 693
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the rental of air-cooled chillers and a generator to enhance cooling capabilities at the Wilkes-Barre VA Medical Center during the upcoming cooling season. The procurement requires the provision of two 500-ton chillers, one 250-ton chiller, and a generator, with a performance period from April 1, 2024, to October 31, 2024. This initiative is crucial for maintaining operational efficiency at the medical center, particularly during peak cooling demands. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by March 21, 2025, and are required to register in the System for Award Management (SAM) and the Veteran Small Business Certification database to qualify for the award. For further inquiries, contact Contract Specialist Jennifer Beiswenger at jennifer.beiswenger@va.gov or by phone at 814-943-8164 x4323.