Preventive Maintenance & Repair of Heating and Ventilation System in Yongsan Cluster
ID: W90VN824R0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0670 AQ TM CONTRACTING TEAAPO, AP, 96224-5228, USA

NAICS

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

PSC

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the preventive maintenance and repair of heating and ventilation systems in the Yongsan Cluster, Korea. The procurement aims to ensure efficient operation and compliance with safety standards for HVAC systems, including specific tasks outlined in the Performance Work Statement (PWS) and various technical exhibits. This contract is critical for maintaining operational integrity in military facilities, with a focus on timely service delivery and adherence to regulatory requirements. Interested vendors must submit proposals by the extended deadline of September 19, 2024, and can contact Han Chin Ok at chinok.han.ln@army.mil or Chongnak Kim at chongnak.kim.ln@army.mil for further information.

    Files
    Title
    Posted
    The provided technical document outlines the specifications and requirements for heating systems and services at various locations, primarily focused on Yongsan facilities. It details installed heating equipment, service areas, types of fuels utilized, and essential attachments such as inspection checklists, equipment lists, and minor parts inventories. Key equipment types include oil-fired warm air furnaces, space heating boilers, domestic hot water boilers, and heat pumps, emphasizing their capacities and installation dates. The document also specifies maintenance procedures, including preventative maintenance tasks for specific boilers and emergency repair protocols. The overarching objective is to ensure operational efficiency, safety, and compliance within the management of these heating systems, essential for facilities under government oversight, as indicated in RFPs and grants. The meticulous detailing of service areas and equipment indicates a structured approach to managing federal infrastructure needs, guiding contractors in fulfilling the requirements to meet operational standards.
    The document outlines a comprehensive inventory and maintenance guideline for heating and HVAC systems across various buildings, primarily located in Yongsan. It includes attachments detailing heating systems, heat pump systems, lists of equipment, parts, and preventive maintenance tasks. Specifically, it specifies the type and quantity of heating equipment (e.g., Warm Air Furnaces and Space Heating Boilers), their fuel types, service areas, and technical specifications. Key maintenance tasks involve inspections, repairs, and the provision of minor parts, ensuring compliance with operational standards. The document serves as a foundational reference for potential contractors responding to RFPs for service agreements regarding heating system maintenance and emergency repairs. It highlights the commitment of the government to uphold operational integrity in facility management through effective resource allocation and regulatory compliance. The overall goal is to ensure operational efficiency and safety in maintaining heating solutions across governmental facilities while supporting potential contractors in understanding their responsibilities and requirements for service delivery.
    This government file outlines a Request for Proposal (RFP) for a contractor to maintain heating, ventilation, and air conditioning (HVAC) systems. Key responsibilities include executing a preventive maintenance program, responding to routine and emergency service calls, and performing repairs. The contract features a one-month phase-in period followed by an eleven-month base year, with two optional extensions. The contractor must adhere to industry standards for safety and performance while providing detailed reports of service activities, including incoming trouble calls and maintenance actions. Specific tasks include maintaining various heating systems, operating boilers, furnaces, and heat pumps, and conducting routine inspections of air handling units and cooling systems. The contractor is also responsible for maintaining detailed systems inventories and managing repairs of equipment and major parts. The RFP emphasizes compliance with all applicable regulations, including Korean laws, and underscores the importance of prompt service, reporting, and operational efficiency. The overall goal is to ensure optimal performance and reliability of HVAC systems in government facilities, which is critical for maintaining operational standards and safety in secure environments.
    This document outlines a comprehensive Request for Proposal (RFP) for the maintenance and repair of heating, ventilation, and air conditioning (HVAC) systems for federal facilities. The contractor is required to implement a Preventive Maintenance program, adhering to manufacturer guidelines and industry standards, ensuring reliable operation during the heating season. The contract spans an initial one-month period, followed by an eleven-month base year and two optional one-year extensions. Key responsibilities include responding to routine and emergency service calls, conducting inspections, and carrying out repairs on various heating systems, including boilers, furnaces, and chillers. Regular maintenance tasks, such as cleaning and replacing filters, inspecting fuel tanks, and performing condition assessments, are mandated to ensure safety and operational efficiency. Additionally, the contractor will manage a work call center to handle service requests, maintain records, and provide reports to the contracting officer. This RFP showcases the government's commitment to maintaining facility functionality while prioritizing safety and compliance with applicable regulations.
    The document outlines the deliverables for a government contract related to training and safety in a federal initiative. Key deliverables include various training programs such as iWATCH Training, AT Level 1 Awareness Training, and OPSEC Awareness Training, each requiring a certificate of completion. Additionally, a Safety Plan and Quality Control Program (QCP) are mandated. Deliverables are scheduled for submission based on specific timelines following contract award, ranging from three to thirty days, with strict guidelines for format and submission to the Contracting Officer Representative (COR) and the Contracting Officer (KO). The document emphasizes electronic submissions in PDF format, ensuring compliance with the contract's expectations for documentation and reporting. Overall, this outlines expectations for training and safety measures within the framework of federal funding and compliance, reflecting the importance of maintaining standards in government contracts.
    The document outlines the deliverables required under a government contract, delineating specific tasks and their submission timelines. Key deliverables include training results for iWATCH, OPSEC, and AT Level 1 Awareness Training, all to be submitted in electronic PDF format within thirty days of contract award. Additionally, a Safety Plan and an Equipment List must be provided within ten days of the commencement of work, emphasizing the need for prompt compliance. The Contract Manager Designation Letter and Access Pass & Equipment List also require submission within three days of the contract award. These requirements stress the importance of timely communication and adherence to quality and safety standards in governmental projects, reflecting the structured nature of federal RFPs and contracts that prioritize accountability and regulation adherence.
    The document outlines the technical proposal requirements for a government Request for Proposal (RFP), specifically focusing on the eligibility and qualifications of the prime contractor in sectors related to construction and HVAC services. Three main subfactors guide the evaluation: 1. **Prime Contractor’s Business Registration**: Offerors must submit valid registrations for construction and public sanitation, adhering to the ROK government regulations. 2. **Prior Experience**: A minimum of two years' experience within the last seven years in maintaining and repairing HVAC systems is required. Offerors must provide detailed evidence of prior projects including contract values and points of contact. 3. **Key Personnel Qualifications**: The proposal must include resumes of specific licensed personnel with at least two years of relevant experience in various engineering and craftsman roles, such as Contract Manager and Environment Engineer. Each role must be uniquely filled, and multiple licenses per individual are not permitted. The document is structured to ensure that the prime contractor meets stringent criteria, promoting quality and compliance in government contracted services, reflective of broader accountability in federal and state contracting processes.
    The document outlines the specifics for the procurement of minor parts and services under $250 for preventive maintenance as part of an RFP (Request for Proposal) process. It details a comprehensive list of estimated quantities, unit prices, and specific tasks related to the installation and removal of various heating and plumbing systems, such as boilers, furnaces, and storage tanks. Each section includes job descriptions like removal and installation for systems categorized by size and capacity. The document emphasizes that bidders must provide unit pricing for these services and parts in their proposals. This procurement strategy reflects the government's commitment to maintaining operational standards in public facilities, ensuring effective budget management by specifying low-cost service requirements. The structured list offers a clear framework for potential vendors to prepare competitive bids while adhering to federal guidelines.
    This document outlines the requirements for installation and removal services related to minor parts costing less than $250 for preventive maintenance under the TE-07 ELIN X004 specification. It includes a detailed breakdown of various services, such as the installation and removal of space heating systems, hot water storage tanks, and aboveground fuel oil storage tanks. Each service is associated with estimated quantities and unit prices, which vendors are required to submit as part of their pricing proposals. The document also lists specifications for replacement components, including compressors, capacitors, and valves, indicating various models to ensure clarity on acceptable substitutes. The overarching purpose of this attachment is to solicit proposals from qualified contractors for preventive maintenance services, ensuring compliance with specific quality and safety standards in line with governmental requirements. This document serves as a critical component of federal RFP processes, ensuring transparency and competitiveness in securing government contracts for maintenance work. Adherence to the instructions, including submission of unit prices in designated columns, is emphasized to streamline the evaluation and award process.
    The document outlines a detailed procurement list associated with a federal and possibly state or local Request for Proposals (RFP). It encompasses various components and parts primarily related to heating, ventilation, and air conditioning (HVAC) systems, highlighting specific products, manufacturers, and models required for installations and repairs. Each item includes a unique line number (L/N), description, specifications, quantity, and unit of measure. The list features essential components like valves, motors, burners, capacitors, pipes, and control modules, specifying the exact make and model where applicable. Special attention is given to parts used in cooling towers and heat pumps, which are critical for efficient HVAC operation. The document emphasizes the need for proper replacement/repair parts, indicating a strong focus on maintaining or upgrading existing infrastructures. The purpose of this document aligns with government procurement processes that prioritize transparency and specifications in sourcing materials necessary for public projects. It aims to support contractors in submitting precise price proposals while ensuring compliance with federal standards in terms of quality and functionality. The extensive list reflects a systematic approach to procurement within the governmental framework, aiming to enhance system performance by ensuring the appropriate components are available.
    The government document outlines the requirements for the procurement of replacement and repair parts, categorized under the base and option years. It includes a comprehensive list of items, detailing specifications, quantities, and unit measures necessary for maintenance and repair activities within government facilities. Key components include various valves, motors, compressors, and fittings, primarily from manufacturers like Honeywell and Trane. In total, it specifies hundreds of items, with a particular focus on operational efficiency in heating and cooling systems, involving parts like ball valves, blower motors, and Aquastats. The document serves a crucial role within the context of government procurement processes, aiming to ensure that necessary parts are readily available to maintain and optimize the functionality of federal facilities. The detailed inventory system supports accountability and efficiency, ensuring compliance with federal standards while facilitating smooth operational continuity. The inclusion of miscellaneous parts emphasizes preparedness for unexpected maintenance needs. This procurement list is significant for both federal and local entities as it demonstrates a structured approach towards asset management and resource allocation in public infrastructure.
    The document outlines the historical data of on-call service requests focused on heating and air conditioning problems across various buildings from December 2022 to August 2023. It details each service request, including the date, building number, problem description, actions taken, work status, worker details, and time metrics, thus providing a comprehensive log of maintenance activities. Key issues addressed include failures in heating systems, hot water supply, noise disturbances, and A/C malfunctions, with resolutions often requiring replacement parts or adjustments. A total of 26 calls were logged in December alone, amounting to 2,370 minutes of service time, reflecting a high demand for maintenance. Subsequent months showed a consistent workload, with specific attention to recurring issues such as water leaks and non-functional heating systems. The accompanying Inspection Checklist for AST (Above Ground Storage Tanks) and Dike highlights safety compliance measures for tank inspections, emphasizing leak checks, cleanliness, and structural integrity. These protocols ensure adherence to safety standards in operational contexts. This document serves as a crucial reference in managing RFPs and government maintenance contracts, demonstrating effective tracking and response to facility management needs while emphasizing accountability and safety in maintenance practices.
    The Technical Exhibit (TE) provides a detailed account of heating and air conditioning service requests and actions taken from December 1, 2022, to August 31, 2023. It records 26 service calls in December alone, totaling 2,370 minutes, addressing various heating issues, including noise, lack of heat, and repairs to circulation pumps and boilers. Each entry includes the date, building number, section (heating or A/C), specific problems, actions taken, worker responsible, and time details. Subsequent months show a decline in service calls, with January recording 13 calls and 1,140 minutes, and February 9 calls and 740 minutes. By August, the document reflects 8 calls with 570 minutes logged. Alongside the service data, there is an inspection checklist for aboveground storage tanks and dike regulations. The document effectively showcases the maintenance services provided for public health and safety, ensuring proper functioning of essential heating and air-conditioning systems and compliance with federal and state requirements. Its systematic presentation caters to government oversight, facilitating accountability and planning for future maintenance needs.
    This document outlines a Schedule of Services for the preventive maintenance and repair of Heating, Ventilation, and Air Conditioning (HVAC) systems in the Yongsan Cluster, structured into a base year and two optional years. The contractor is responsible for providing necessary personnel, tools, equipment, and materials for these services as specified in the attached Statement of Work. Key components include firm fixed pricing (FFP) for preventive maintenance across various systems, inspection operations, and on-call repair services available 24/7. Each line item specifies the quantity and unit of service, along with Not To Exceed (NTE) amounts for required parts and repairs. The base year covers extensive SF for heating and HVAC systems maintenance with additional on-call support, while the optional years echo the same requirements but for incremental increases in service quantities. The document serves as a Request for Proposal (RFP) for contractors to provide competitive bidding, ensuring compliance with established operational standards and cost considerations. Overall, it emphasizes a commitment to maintaining critical heating infrastructure in compliance with governmental service provisions.
    The document outlines the Schedule of Services and Prices for the preventive maintenance and repair of heating and ventilation systems at Yongsan, specifying both Firm Fixed Price (FFP) and Requirement Portions (RP) for multiple contract line items (CLINS). Key aspects include comprehensive preventive maintenance and inspection for heating systems and HVAC heat pumps across designated square footage, with stringent adherence to specific paragraphs of the Performance Work Statement (PWS) and associated technical exhibits. Additionally, provisions for on-call repair services available 24/7, installation and removal services limited to a Not To Exceed (NTE) amount, and the supply of replacement or repair parts are clearly defined. The document ensures all materials meet specified standards, emphasizing the necessity of brand-name or equivalent items. Furthermore, it denotes option periods for extended service agreements in future years, highlighting continued maintenance obligations and operational efficiency. This RFP illustrates the government's effort to maintain efficient HVAC systems and ensure compliance with performance standards while engaging qualified contractors for essential maintenance services.
    The document outlines the Contractor’s Tax Exemption Declaration, which is a mandatory component in federal contracts, specifically addressing foreign contracts under U.S. rules and the U.S.-South Korea (ROK) Status of Forces Agreement. It references several laws including those pertaining to customs and value-added tax in South Korea. Contractors must list estimated types and amounts of taxes that are not applicable to their proposals due to existing exemptions. These include Customs Tax, Special Excise Tax, Value Added Tax, Education Tax, and Special Excise (Petroleum) Tax. The contractor must affirm that all supplies and services proposed exclude these specific taxes. Additionally, the document requires the identification of the oil company from which petroleum products will be sourced. The signature at the end certifies compliance with these stipulations, ensuring transparency in financial dealings pertinent to the contract. This declaration is crucial for contracts involving potential exemptions and impacts the overall budget and pricing structure in government-related projects.
    The document outlines a solicitation for services related to preventive maintenance, inspection, and operation of heating systems, HVAC, and exhaust fan duct cleaning for the United States Army stationed at Camp Casey, Korea. The solicitation number W90VN824R0035 indicates a firm fixed-price contract with an emphasis on providing essential maintenance and repair services over a three-year term, including two option periods. Key components of the solicitation include specific requirements for contractors, such as proof of relevant business registrations in Korea and prior maintenance experience. Contractors are required to submit proposals that demonstrate their technical capabilities, personnel qualifications, and detailed equipment and phase-in plans. The evaluation criteria focus on technical acceptability, with a lowest price technically acceptable (LPTA) approach, ensuring the awarded contractor meets not only price competitiveness but also qualifed expertise. Submission deadlines, site visit information, and additional clauses relating to compliance and telecommunications equipment are detailed throughout the document. The overarching purpose reflects a structured and regulated procurement process aimed at ensuring quality and effectiveness in facility operations for the military, reinforcing the government’s commitment to efficient contractor selection and effective service delivery.
    The 411TH Contracting Support Brigade in Korea announced an amendment to the solicitation for emergency repair services. This includes clarifications addressing concerns from offerors about the nature of On-Call Repair Services, specifically regarding labor costs and the limit on service calls. Additionally, it updates the requirement for Prime Contractor's Construction Business Registration to align with changes in Korean law, replacing the "Building/Facilities Maintenance" category with "Architectural Construction" or "Civil Engineering Construction." The amendment also resolves discrepancies in personnel qualifications by eliminating duplicated requirements in the Technical Exhibits, ensuring all criteria align with the main Performance Work Statement. Furthermore, it outlines operational expectations including site visit protocols, emergency service provisions, and contractor responsibilities in monitoring performance under the contract. The overall intent is to ensure a clear understanding of the requirements for contractors bidding on the project. This document illustrates the complexity of government requests for proposals (RFPs) where precise criteria must be established for contractors, reflecting regulatory compliance and operational expectations while fostering a competitive bidding process. It demonstrates the government's commitment to establishing clear guidelines to ensure effective service delivery.
    The document pertains to an amendment to a solicitation for a contract (W90VN824R0035) related to the preventive maintenance and repair of heating and ventilation systems at U.S. Army Garrison Yongsan and Camp Morse in Korea. The amendment modifies the original solicitation by updating the Performance Work Statement (PWS), correcting service quantity estimates, and clarifying qualifications for key personnel involved in the bid. Significant changes include extending the bid submission deadline to September 19, 2024, and a revision of required engineering qualifications, specifically for engineers experienced with heat pump systems. Additionally, there are notable decreases in pricing details across multiple Contract Line Items (CLINs), with adjustments to delivery schedules pushing the performance start dates further into late 2024 and 2025. The intent of the amendment is to ensure compliance with applicable laws and regulations while facilitating a clearer understanding of performance expectations and contractor qualifications. Overall, the solicitation aims to establish a contract that emphasizes efficient operation, maintenance, and repair services, adhering to the standards outlined in the PWS.
    The document represents an amendment to a solicitation concerning a government contract, specifically addressing changes and clarifications following vendor inquiries. It mainly involves the maintenance of automatic control software on heat pump systems stipulated in the Performance Work Statement (PWS). Key points include vendor responsibilities regarding software maintenance, where the government emphasizes that offerors can decide how to meet requirements without restriction on practices. Additionally, the amendment addresses the inclusion of a phase-in period by offerors, leaving this decision at their discretion to promote competition. The amendment does not alter any other terms and conditions of the solicitation. Overall, this document facilitates better understanding among bidders regarding evaluation factors and operational latitude, aligning with the government's goal to enhance competition in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Purchase of Miscellaneous Seasonal Items
    Active
    Dept Of Defense
    The Department of Defense, specifically the 411th Contracting Support Brigade, is soliciting proposals for the purchase of miscellaneous seasonal items, including various climate control and purification equipment, to support the DPW at USAG-Humphreys in South Korea. The procurement includes portable air conditioners, electric heaters, air purifiers, ducting, industrial blowers, and ice maker machines, with specific quantities and delivery terms outlined in the solicitation. This acquisition is crucial for enhancing environmental management and comfort in military facilities, reflecting the government's commitment to effective climate control and air quality solutions. Interested vendors must submit their offers by September 20, 2024, and can direct inquiries to SSG Sarah K. Redullamarrero at sarah.k.redullamarrero.mil@army.mil.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    FY24 PTAC REQUIREMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for HVAC equipment under the solicitation number W50S7K-24-R-0006, with a focus on small businesses. The procurement includes various heating and cooling systems, specifically five units each of 18K and 24K BTU single-zone ductless mini-split heat pump systems, ten HVAC surge protectors, and forty 15K BTU package terminal air conditioners (PTAC), all aimed at enhancing climate control at the Combat Readiness Training Center in Gulfport, Mississippi. This initiative is critical for maintaining operational readiness and modernizing training facilities for airmen, with an estimated total cost of approximately $77,198 based on market research. Interested vendors must submit their quotes by 2:00 PM CDT on September 19, 2024, and can direct inquiries to SMSgt Michael S. Hornbeck or A1C Hunter Cline via the provided email addresses.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    B1411 HAVAC Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and provision of HVAC equipment tailored for the renovation of the air conditioning system at Building 1411, Shaw Air Force Base, South Carolina. The project aims to acquire a suitable HVAC unit and related equipment that can be installed by a third-party contractor, addressing specific needs identified by users of the facility. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the importance of supporting small businesses in federal contracting. Interested contractors should contact Aury Rodriguez-Vazquez at aury.rodriguez-vazquez@us.af.mil or Shaunannette Watson at shaunannette.watson@us.af.mil for further details, with quotes due by September 18, 2024, at 2 PM EST.
    Renovate HVAC for B950 Phase 1
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is seeking small businesses capable of providing HVAC renovation services for Building 950 at Tyndall Air Force Base in Florida. This Sources Sought Notice aims to identify qualified contractors to undertake the first phase of HVAC renovations, which includes the replacement of air handling units, ductwork, and the installation of control panels, all necessitated by the building's immediate repair needs. The project is critical for maintaining operational efficiency and compliance with safety standards, and it will follow a Design-Build delivery method to minimize disruption to base activities. Interested vendors must submit their capabilities and relevant information by September 30, 2024, to the designated contacts, SSgt Benjamin Spear and Bernard D. Husted, whose contact details are provided in the notice.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking contractors for the HVAC replacement project at the Eufaula Lake Project Office. The project involves the installation of a new 15-ton packaged heat pump with electric auxiliary heat, requiring specific configurations including a variable frequency drive (VFD) and a 40K electric heater kit, along with additional components such as a hail guard and a manual fresh air damper. This procurement is critical for maintaining the operational efficiency and comfort of the project office, ensuring a reliable heating and cooling system. Interested contractors can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or call 918-669-7078 for further details regarding the solicitation.
    S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    BLUE GRASS ARMY DEPOT: HVAC SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking qualified contractors to establish Master Blanket Purchase Agreements (BPAs) for HVAC services, including preventative maintenance and repair/replacement of various HVAC equipment. The procurement aims to ensure rapid response capabilities to prevent operational failures at BGAD, with a focus on specialized equipment such as refrigeration systems and industrial cooling units. Interested small businesses must submit their capability statements, including service response times and pricing, by September 30, 2024, with a maximum BPA limit of $750,000 and individual calls not exceeding $249,000. For further inquiries, contractors can contact Conner McCracken or Jeremy Turner via the provided email addresses.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.