Improved Environmental Control Units (9K/18K/36K IECU’s)
ID: W911QY24R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Contracting Command seeks past performance assessments from offerors competing for the RFP W911QY-24-R-0007. This information is crucial for evaluating the offerors' ability to meet the contractual requirements. Part I requires the offeror to provide contract identification details, while Parts II and III gather responses from the identified points of contact. The evaluation criteria focus on compliance, project management, timeliness, cost control, and customer satisfaction. The army requests responses by the proposal submission deadline to aid in awarding the contract. This questionnaire helps the army make an informed decision, ensuring a successful and effective contracting process.
    This Performance Purchase Description (PPD) outlines the requirements for horizontal compact air conditioners meant for military mobile tactical electronics shelters. The air conditioning units, referred to as Environmental Control Units (ECUs), must comply with various military standards for operation in extreme conditions, including chemical and biological environments. Key specifications include operational temperature ranges (-50°F to 125°F), rugged construction to withstand environmental stressors, and compatibility with specified electrical and refrigerant standards. The document details performance requirements such as cooling and heating capacities, noise level limits, and maintenance accessibility. Safety measures are emphasized, particularly electrical safety to prevent shock and hazards related to high temperatures and pressure systems. The PPD mandates that all materials used must be corrosion-resistant and non-toxic, adhering to environmental regulations. Testing procedures for verification of performance, reliability, and maintainability are specified, ensuring that each unit can withstand rigorous operational demands. This document serves as a critical guide for manufacturers and contractors involved in supplying air conditioning systems to the military, ensuring that equipment meets stringent military requirements while maintaining operational efficacy.
    The document outlines MIL-STD-1408D, a military standard for improved military air conditioners, outlining their specifications, capabilities, and application characteristics. It serves as a reference for selecting appropriate air conditioning units to meet specific needs, emphasizing the importance of defined requirements. The standard details applicable documents, definitions, design information, and includes various models categorized into horizontal and vertical compact units with cooling capacities from 9,000 to 36,000 Btu/hr. Each model features unique parameters such as operating temperature range, refrigerant types, electrical characteristics, power consumption, and airflow specifications. Furthermore, the document instructs on proper connector wiring and highlights compatibility with military systems, ensuring ruggedness and reliability in field conditions. The comprehensive specifications aim to facilitate uniformity and operational effectiveness within the Department of Defense's air conditioning units, addressing both cooling and heating needs while emphasizing efficiency and safety in design and operation.
    The government seeks a contractor to develop integrated product support deliverables for the Improved Environmental Control Units (IECUs) in three variants: 9K, 18K, and 36K. The focus is on comprehensive logistics support, encompassing physical configuration audits, supportability analysis, maintenance strategy, and provisioning. Contractors must demonstrate experience in developing quality logistical support data. Key tasks include conducting a physical configuration audit to ensure configuration documentation accuracy and establishing a product baseline. The contractor will also perform supportability analysis, including fault tree analysis, maintenance task analysis, and level of repair analysis. They will create a maintenance allocation chart, provisioning parts list, and engineering data for provisioning, ensuring consistency across these deliverables. Additionally, the contractor is responsible for developing training materials, instructional media, and packaging instructions. Important dates include a logistics guidance conference within 30 days of contract award and bi-weekly teleconference in-process reviews. Contractors must submit provisioning parts lists at specific project milestones. The government intends to rigorously evaluate proposals based on their ability to develop high-quality integrated product support deliverables, with meetings and in-process reviews to guide the process.
    This document provides a comprehensive list of acronyms frequently encountered in a specific federal contract. The acronyms cover a wide range of topics related to military, logistics, education, and regulatory processes, such as AAL (Additional Authorized List), DOD (Department of Defense), FAR (Federal Acquisition Regulation), and HAZMAT (Hazardous Material). Each acronym is succinctly defined, facilitating a clear understanding of terminology relevant to the contractor's responsibilities and compliance requirements. With clear organization, the list serves as a quick reference guide for professionals involved in federal RFPs, grants, and local procurements, ensuring accurate communication and adherence to standards. Overall, the document underscores the importance of using consistent terminology in the execution of government contracts, enhancing clarity and efficiency in operations.
    The government seeks to procure a variety of IECU cable assemblies, encompassing straight and angle designs, and differing in part numbers and unit of measure (UOM). The focus is on power cable assemblies, with varying NSN cage codes and unit prices listed for each assembly. The procurements main objective is to obtain these cable assemblies, emphasizing quantity and quality rather than complex technical specifications. The cable assemblies are required to support military operations, and the contractor will need to deliver a specified quantity of each assembly type. The contract is expected to be firm-fixed-price, with an overall estimated value of $700,000. Submission deadlines are outlined for vendor proposals, with a rigorous evaluation process focusing on price and past performance. Key cable assembly features and delivery requirements are detailed within the RFP, offering potential vendors a clear understanding of the project scope and expectations.
    The focus of this procurement is on subcontracting plans and goals. The government agency seeks to award a contract for an unspecified service or supply, emphasizing the involvement of small businesses in the subcontracting process. Offerors must propose enforceable agreements with subcontractors spanning various categories, including Small Business (SB), Women-Owned Small Business (WOSB), and Historically Underutilized Business Zone (HUBZone), among others. The worksheet breaks down the subcontracting values for each category and aims to ensure compliance with small business participation requirements. Offerors must justify any categories that do not meet the RFP's expectations. Notably, the agency prioritizes goal percentages based on the total subcontract value and orders value, which must align with the specified quantitative standards.
    The document outlines the structure and requirements for pricing proposals in response to a federal Request for Proposal (RFP) focusing on various unit items and contract deliverables (CDRLs) related to engineering support, logistics, and technical assistance. It specifies the need for contractors to provide unit prices for production test units (PVT and FAT) across different configurations (9K, 18K, and 36K), engineering support, and logistics measures, categorized by fiscal years from FY25 to FY29. Additionally, there is an emphasis on providing direct labor rates and overhead costs, ensuring that all inputs are accounting for profit and escalation. The document is organized into groups such as preparation, production, and data products, outlining distinct items and specifications alongside the expected pricing submissions. It emphasizes maintaining formulas and formatting during data entry, ensuring clarity and organization for evaluators. This structure aligns with government procurement processes, aiming to facilitate objective assessments of contractor submissions for quality assurance and compliance with federal standards.
    The document outlines the requirements for providing past performance information for government contracts, specifically as part of a Request for Proposal (RFP). It includes sections for companies to report basic identification details, contract specifics such as the contracting agency, contract number, type, duration, cost, and reasons for cost changes. It seeks descriptions of the effort performed, the contract completion date, and primary customer points of contact within government agencies. Furthermore, the document addresses compliance with subcontracting goals for small disadvantaged businesses, and seeks to identify key personnel involved in the project. It emphasizes the importance of Earned Value Management metrics to track contract performance. The emphasis is on concise, truthful reporting of past performance to assess the suitability and capability of the offeror in relation to the current acquisition process while specifically detailing unique aspects of the work undertaken in previous contracts. This structured approach provides a comprehensive assessment of an offeror's qualifications and adherence to regulatory standards in federal contracting.
    The U.S. Army Contracting Command seeks to evaluate vendors for a contract under RFP W911QY-24-R-0007. This assessment focuses on past performance, aiming to gather insights into vendors' ability to meet specifications and deliver high-quality products or services. The army requests timely feedback from relevant organizations or individuals with knowledge of potential vendors' past performance. This feedback will play a crucial role in the army's decision-making process for contract awards. Vendors will be assessed on various factors, including compliance with specifications, project management effectiveness, timeliness, cost management, and customer satisfaction. The army strives to award contracts with "substantial confidence," ensuring successful and beneficial outcomes. Interested parties are encouraged to respond within the given timeframe, providing accurate and detailed assessments to aid the army's evaluation process.
    The document outlines technical specifications and detailed requirements for cable assemblies related to various electrical units, including the IECU 5000, IECU 5100, IECU 5200, and IECU 5300, as mandated by the Tobyhanna Army Depot. It includes a parts list, relevant standards, and guidelines for fabrication based on military handbooks and industry standards. Each assembly requires specific components, such as electrical connectors, backshells, and insulation sleevings, alongside detailed tolerances and testing requirements to ensure functionality and safety. Key points include adherence to MIL standards for workmanship and testing, specific insulation materials, and identification band marking requirements. The document emphasizes that alternate fabrication methodologies may be explored, provided performance and design criteria are met. Additionally, it notes vendor sourcing limitations and the importance of identifying products correctly as per military specifications. This structured approach ensures compliance and quality assurance for the government’s needs regarding electrical systems, fulfilling targeted performance objectives while ensuring safety and reliability in military applications.
    The document is an Amendment 0007 to solicitation W911QY24R0007, updating Section M by adding Q&A #95, and clarifying various proposal submission requirements for contractors. It emphasizes that the question period has closed and detailed negotiations on past performance, proposal formats, and evaluation factors. Key topics include clarifications on proposal submission methods, requirements for small business participation, and conditions under which answers to questions will be provided. Contractors are informed about acceptable refrigerant types, compliance with EPA regulations, and detailed expectations for pricing and past performance assessments. The amendment also responds to inquiries on the expected structure of cost proposals, delivery schedules, and logistics. Overall, it ensures clarity and adherence to procedural requirements for proposals, effectively enhancing the government's competitiveness in contract awards while ensuring all applicants understand the solicitation terms.
    The U.S. Army requires Improved Environmental Control Units (IECUs) to replace aging models that do not comply with environmental regulations. This solicitation outlines the establishment of a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract for IECUs with a total value between $1,000 and $450 million over five years, including potential extensions. Suppliers must deliver multiple IECU variants (9K, 18K-1, 18K-3, 36K) and provide accompanying system support packages and technical assistance. Proposals must be valid for 180 days, with bids submitted by a specified date. The document specifies the conditions for submission, including prohibitions on hand-delivery or faxed proposals. The selected contractor will be required to conduct a series of tests (PVT and FAT) to ensure compliance with standards, manage configurations, and participate in regular meetings with government officials. Additionally, the document encompasses safety assessments and detailed management reports. The Government reserves the right to award contracts at their discretion, reflecting a commitment to ensuring environmental compliance while supporting military operations through reliable and effective equipment. This solicitation exemplifies a full and open competition aimed at enhancing military operational effectiveness while adhering to environmental standards.
    The Statement of Work (SOW) outlines the requirements for the development and production of Integrated Product Support (IPS) for the 9K/18K/36K Improved Environmental Control Units (IECU) by the contractor. It specifies the need for comprehensive delivery of personnel, materials, and services necessary for this project. The SOW details the scope of development for various IECU variants, emphasizing the need for individual Technical Data Packages for specific models, particularly for the 18K IECU, which has both single-phase and three-phase variants. Key deliverables include monthly status reports, technical manuals, Physical Configuration Audit reports, and maintenance analyses such as Fault Tree Analysis and Maintenance Task Analysis. The contractor must ensure effective logistics support, training materials, and provisioning parts lists, adhering to established military standards. Additionally, frequent meetings and reviews will occur to facilitate communication between the contractor and the government, ensuring alignment on project requirements and progress. This comprehensive framework serves to optimize logistics and maintenance planning for military operations, reflecting the government's emphasis on effective life-cycle management and operational readiness of equipment.
    Attachment 0005 of the federal government RFP is designated as intentionally blank. This document will become a part of the contract following the award, contingent upon the Awardee presenting fair and reasonable pricing as outlined in Attachment 0007. The inclusion of this blank document indicates procedural compliance in the contracting process, with the intent to streamline contract awards based on predetermined pricing criteria. It reinforces the structured nature of federal RFPs, which emphasizes transparency and due diligence in federal grants and state/local RFPs, ensuring that all contractual elements are appropriately justified and documented post-award.
    The document outlines Amendment 0006 to the U.S. Army's solicitation W911QY24R0007 for the design and production of Improved Environmental Control Units (IECUs). The amendment updates specific sections, particularly Section M, and incorporates new Q&A responses impacting Section C, which details the requirements for the IECUs. These military-grade units must comply with environmental laws and adopt non-ozone-depleting refrigerants, as existing legacy units are outdated and increasingly unreliable. The proposed contract is a hybrid indefinite-delivery/indefinite-quantity agreement, with various pricing structures. The contractor is responsible for all aspects of design, manufacturing, testing, and program management, including detailed schedules and quality assurance. The timeline spans a five-year base period with an optional five-year extension. The contractor must provide extensive documentation, including reports on testing and configurations, manage potential changes through engineering proposals, and ensure rigorous safety assessments. This amendment is crucial as it addresses environmental compliance and utility efficiency in military operations, reflecting an overarching commitment to sustainability and modernization within the Army. The contractor's adherence to these requirements ensures effective logistics and operational preparedness for military climate control systems.
    The government seeks improved Environmental Control Units (IECUs) of varying BTU ratings: 9K, 18K (available in 1 or 3-phase power connections), and 36K. These units must adhere to environmental standards, replacing older models that use prohibited ozone-depleting refrigerants. The requirement is for a ten-year indefinite-delivery/indefinite-quantity contract with a minimum value of $1,000 and a maximum value of $450 million. Offerors should provide pricing for step-ladder quantity ranges and detailed unit prices for each IECU variant. The work scope encompasses designing, manufacturing, and testing IECUs, with an emphasis on meeting performance requirements. This includes delivering system support packages, production verification test units, and conducting product verification testing. Contractors must participate in design reviews and provide monthly status reports, with meetings occurring at least bi-weekly. Safety assessments and health hazard reports are also required, along with configuration management and engineering change proposals for any design alterations. The government will authorize contractor testing at DoD test facilities and reimburse associated costs. Contractors are responsible for delivering first article test units and conducting tests, with government approval required before production can begin. Production units will undergo acceptance testing, with the government specifying sample sizes. Additional tasks, such as spare parts provisioning, technical support, and logistics services, will be defined through delivery orders. The government plans to award a single contract with a potential ten-year period of performance. Proposals are due within 180 days of the solicitation's release. Key dates and evaluation criteria focus on the offer's technical merit and price reasonableness.
    The document outlines a U.S. Army requirement for Improved Environmental Control Units (IECU), which will be procured under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract spanning ten years. The contract encompasses firm-fixed-price and cost-reimbursable components, with a projected minimum value of $1,000 and a maximum of $450 million. Key responsibilities include the delivery of various IECU variants, conducting product verification tests (PVT), and first article tests (FAT), to ensure compliance with performance and interoperability standards. The IECUs must utilize non-ozone-depleting refrigerants, addressing environmental concerns related to legacy systems. The contractor must provide all necessary resources, including engineering, manufacturing, and testing, under strict quality and configuration management protocols. The contract emphasizes collaboration and communication between the contractor and the government, particularly in managing schedules, risk assessments, and technical documentation. Significant focus is placed on safety assessments and the necessity for systematic reporting, design reviews, and the management of potential changes to the contract’s scope. Overall, this solicitation emphasizes the need for modern, reliable, and environmentally compliant equipment to enhance operational capabilities for military applications.
    The "Small Business Participation Commitment Document Worksheet" serves as a comprehensive tool for contractors responding to federal and state RFPs, aiming to ensure adequate engagement of small businesses in government contracts. It outlines specific sections where the prime contractor must report their own performance metrics, proposed subcontractors, and the division of contract funds across various socioeconomic categories, including Small Business (SB), Women-Owned Small Business (WOSB), and Veteran-Owned Small Business (VOSB). The worksheet requires essential details from subcontractors such as names, DUNS numbers, addresses, and the dollar amount allocated within specified socioeconomic classifications, ensuring that all agreements are backed by enforceable commitments. Furthermore, it emphasizes the necessity of meeting minimum quantitative requirements as stipulated in the RFP, encouraging transparency and accountability in small business participation. The overall purpose of the document is to facilitate compliance with federal mandates while promoting inclusivity and support for smaller enterprises in the contracting process.
    The U.S. Army Contracting Command is conducting a competitive source selection for the Request for Proposal (RFP) W911QY-24-R-0007 and seeks assessments of offerors' past performances on similar contracts. The cover letter from Contracting Officer Elizabeth M. Nordell solicits evaluations from identified points of contact, emphasizing the necessity of accurate and factual information for the assessment process. The Performance Assessment Questionnaire includes criteria for evaluating contractor performance, such as compliance with specifications, project management effectiveness, timeliness, cost control, and customer satisfaction. Respondents must provide ratings—from "Substantial Confidence" to "No Confidence"—along with rationales for their evaluations. Additionally, they can provide general comments regarding performance and identify any relevant past efforts associated with the contractor. Responses must be returned to the Contracting Officer via email by the specified deadline, ensuring that the evaluation process adheres to the standards of federal contracting. This assessment ultimately plays a critical role in determining contract awards based on contractors' past performances, aligning with government standards and ensuring quality outcomes.
    The document outlines the amendment of a solicitation regarding the procurement of Improved Environmental Control Units (IECUs) by the U.S. Army. It updates key sections and deadlines, specifying the need for compliance with environmental regulations by replacing outdated systems using ozone-depleting refrigerants. The contract structure is a hybrid indefinite-delivery/indefinite-quantity (IDIQ), establishing a framework for firm-fixed-price and cost-reimbursable tasks. The contractor must deliver IECUs in compliance with defined performance standards, conducting extensive testing such as Production Verification Tests (PVT) and First Article Tests (FAT) to ensure quality and reliability. Responsibilities include program management, periodic status reporting, configuration management, and comprehensive quality assurance frameworks. The contractor will also provide logistics support and maintain detailed documentation throughout the contract period, addressing potential updates driven by future regulatory or performance improvements. Overall, this solicitation amendment maintains a focus on environmental compliance, cost-effectiveness, and rigorous quality standards in delivering vital equipment for military operations.
    The government seeks a single contractor for a ten-year hybrid IDIQ contract to supply and test Improved Environmental Control Units (IECUs) for military use. These units, available in different variants, are air conditioners that comply with environmental regulations, offering enhanced reliability and energy efficiency. The primary procurement objectives involve delivering IECUs and associated services, including system support packages, production verification test units, and first article test units, with firm-fixed prices. Contractors will be responsible for designing, manufacturing, and testing IECUs to meet specified performance standards and delivering technical data and support items. The government plans to authorize work through delivery orders, starting with the highest priority variant. Key contract aspects include configuration management, safety assessments, and design reviews. The RFP outlines a detailed schedule and evaluation criteria for selecting the successful bidder. Offer proposals are due by 10:00 AM local time on August 26, 2024, with a potential contract award thereafter.
    The document outlines an amendment to a government solicitation concerning Improved Environmental Control Units (IECU). The amendment modifies various sections of the solicitation, including extending the proposal due date and adjusting the contract terms to a five-year base with five-year options. It clarifies the scope of the contract, describing a hybrid indefinite-delivery/indefinite-quantity (IDIQ) arrangement worth between $1,000 and $450 million. The amended request underscores the necessity for compliance with environmental regulations regarding refrigerants and emphasizes improved performance and reliability over legacy systems. The contractor is tasked with delivering multiple variants of the IECU, conducting production tests, and providing comprehensive logistical support throughout the project. Frequent reviews and reporting are mandated to ensure alignment with program goals, culminating in acceptance tests to validate production units. This amendment exemplifies a strategic initiative by the government to modernize its environmental control technology while upholding regulatory standards.
    The document outlines a federal solicitation for Improved Environmental Control Units (IECU) by the U.S. Army, detailing a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract valued between $1,000 and $450 million over ten years. The contract includes various pricing structures such as firm-fixed-price and cost-reimbursable elements. Suppliers are invited to submit proposals for IECUs, which must meet new requirements for non-ozone-depleting refrigerants due to environmental compliance. The contract encompasses design, production, testing, and delivery of different IECU models, including 9K, 18K, and 36K BTU units. Each proposal must remain valid for 180 days after submission and proposals must follow specified submission guidelines, with no reimbursement for preparation costs. The contractor will also provide technical support, configuration management, and logistical services as outlined. Key deliverables include testing reports and configuration documentation, underscoring the requirement for ongoing collaboration and transparent communication between the contractor and government officials throughout the contract's duration. Compliance with specifications and successful testing phases is critical before progressing to delivery orders. This solicitation reflects the government's commitment to modernizing military equipment under strict environmental standards.
    This amendment to the solicitation W911QY24R0007 extends the proposal submission deadline from August 30, 2024, to September 19, 2024, at 10:00 AM ET. It outlines detailed proposal submission requirements, emphasizing the need for clear, concise, and well-organized submissions across several defined volumes, including Administrative, Technical Capability, Management Capability, Contract Price, Past Performance, and Small Business Participation Plan. Each proposal volume has specific content requirements, page limits, and formatting standards. The document highlights critical evaluation factors, such as past performance experience related to environmental control systems and compliance with government requirements. Emphasis is placed on the necessity of submitting timely documentation to ensure consideration, with guidance on format and content to facilitate evaluation. The amendment underscores the importance of providing thorough information while maintaining compliance with relevant regulations, fostering competitive proposals that contribute to government procurement objectives. Overall, it serves to guide prospective contractors in effectively responding to the request for proposals, ensuring clarity in expectations and requirements for successful submissions.
    This government file details a Request for Proposal (RFP) for the Improved Environmental Control Units (IECU) project, illustrating the U.S. Army's need for modern ECUs that comply with contemporary environmental standards. The solicitation outlines a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract with varying pricing structures, including firm-fixed-price and cost-reimbursable elements, expected to span ten years. Proposals must adhere to specific guidelines, with an emphasis on non-ozone-depleting refrigerants for enhanced reliability and effectiveness. Key points include a base ordering period of five years with an optional extension, alongside a comprehensive performance purchase description detailing operational requirements for varied IECU models. The contractor must ensure timely production and compliance through various testing stages, including Production Verification Testing (PVT) and First Article Testing (FAT), while maintaining a robust configuration management process. The document emphasizes the importance of environmental compliance, safety assessments, and integrated product support as critical deliverables. Overall, the RFP signifies the Army's modernization efforts concerning thermal management systems and adherence to regulatory standards while preemptively addressing potential contract conflicts and program management strategies.
    The document outlines Amendment 0004 to Solicitation W911QY24R0007, which pertains to the Integrated Environmental Control Units (IECU) contract proposal process. Key updates include modifications to Section M regarding evaluation factors and responses to newly included questions (92 and 93) concerning past performance questionnaires. The question-and-answer section clarifies submission procedures, specifically confirming the method and deadlines for proposals, which must be concise and follow specified formatting and content guidelines. It also emphasizes the importance of compliance with small business participation standards, clarifying responsibilities of prime contractors and the required documentation for subcontractors. Moreover, the amendment outlines expectations regarding design specifications, notably about refrigerant types and dampening pending EPA regulations. The government maintains a strict approach toward quality and past performance, requesting detailed evidence from all offerors without allowing redundancies in submission content. This document serves as guidance for companies competing for the IECU project, ensuring they understand the compliance requirements and evaluation criteria, which are pivotal for successful proposal submissions.
    This document amends Solicitation W911QY24R0007 through Amendment 0005, primarily addressing typographical corrections and modifications related to the Q&A section. It clarifies the requirements for proposal submissions, including adjustments pertaining to required sections, submission formats, and key personnel definitions. The amendment emphasizes the closure of the question period, with no further queries accepted unless beneficial to the government. Several questions from bidders were answered, concerning aspects like submission methods, incorporation of small business plans, and past performance requirements. Specific guidelines were provided on documentation expectations, including pricing worksheets and performance descriptions. Additionally, the document states that updates on required refrigerants and cost recovery mechanisms will be aligned with current EPA regulations. Overall, the document aims to ensure clarity for bidders on submission requirements and evaluation criteria, striving for compliance with government standards while facilitating competitive bidding processes.
    The U.S. Army requires Improved Environmental Control Units (IECU) for compliance with environmental regulations, transitioning from outdated models that use ozone-depleting refrigerants. This request for proposal (RFP) outlines a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract with a total maximum value of $450 million over ten years. Offers must meet the requirements for various IECU models (9K, 18K-1, 18K-3, 36K), which must undergo design, production, and testing phases including Production Verification Tests (PVT) and First Article Tests (FAT). Proposals should be valid for 180 days, and the government retains the right to award one or no contracts. The submission includes extensive requirements on contract management, safety assessments, reporting, and testing methodologies, all intended to ensure compliance with performance specifications and to maintain a sustainable operational environment in line with federal guidelines. The document emphasizes the necessity for contractors to adhere to strict configuration management and project oversight to fulfill military standards effectively.
    The U.S. Army seeks procurement for Improved Environmental Control Units (IECU) through a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. This contract includes firm-fixed-price, fixed-price economic price adjustment, and a minor percentage of cost-reimbursable contracts, with a total value between $1,000 and $450 million over a ten-year period. The IECUs, which come in three variants (9K, 18K, and 36K BTU), utilize non-ozone-depleting refrigerants to conform to environmental regulations and replace aging units. Proposals must be valid for 180 days, and contractors are not reimbursed for proposal preparation costs. The selection process is competitive, adhering to NAICS guidelines. The solicitation requires detailed testing, including Production Verification Tests (PVT) and First Article Tests (FAT) for each unit variant. Monthly reports and management meetings will facilitate communication between contractors and the Army. With a focus on reliability, reduced weight, and energy efficiency, the IECUs aim to ensure environmental compliance and operational readiness. Contractors must manage all technical data and adhere to strict timelines for delivery and performance requirements outlined in the Statement of Work.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SPRRA124R0037 AMENDMENT 01
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of 36 Air Cooler Units specifically designed for the UH-60 Blackhawk helicopter under Solicitation Number SPRRA124R0037. The contract will be established as a Firm Fixed Price agreement, with production lead times of 540 days if First Article Testing is required and 360 days without such testing. This procurement is critical for military operations, and eligible suppliers include Sikorsky Aircraft Corporation, Pioneer Spares, and Enviro Systems, with a strong emphasis on pre-qualification for all offerors. Interested parties must direct their inquiries to Cornelius Edison at cornelius.edison@dla.mil, with the closing date for submissions set for September 26, 2024.
    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.
    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.
    C-130 Fuselage Trainer (FuT) Environment Control Unit (ECU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 10-ton Environmental Control Unit (ECU) compatible with a C-130 Fuselage Trainer (FuT). This Sources Sought notice aims to gather information on the availability and capabilities of potential suppliers, as the Air Force is not currently soliciting proposals or accepting unsolicited submissions. The ECU is critical for maintaining operational readiness and training effectiveness for C-130 aircraft operations. Interested vendors must submit their responses, including a capability statement and company details, via email by September 16, 2024, at 12:00 PM Pacific Time to the designated contacts, Ms. Maekyla Rosendo and Mr. Brian Duquette.
    PBA Server Room HVAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking proposals from qualified small businesses for the procurement of two packaged HVAC heat pump units to be delivered to Pine Bluff Arsenal (PBA) in Arkansas. The contract will be a Firm-Fixed-Price (FFP) purchase order, with the contractor responsible for the start-up of the units after installation by PBA. This procurement is critical for maintaining operational efficiency in military facilities, ensuring compliance with industry standards for air conditioning equipment. Interested contractors must submit their quotes electronically by September 19, 2024, at 0900 CT, and can direct inquiries to Greg Brown or John Fotos via their provided email addresses.
    41--COOLER UNIT,AIR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of five air cooler units (NSN 4130014383810). The requirement specifies the delivery of these units to DLA Distribution within 161 days after order, with the approved source being 38450 1060-00-DREV"B" .75 TON. These air conditioning units are critical for maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    41--CONDENSING UNIT,REF
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 75 units of a condensing unit, referenced by NSN 4130014625668. This solicitation is a Total Small Business Set-Aside and aims to acquire essential air-conditioning and refrigeration equipment, which plays a critical role in maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address provided. The deadline for quote submission is set for 100 days after the award date, and further details can be accessed through the DLA's online solicitation portal.
    ECS-002 Heavy Duty mobile Cooling/Misting Fans
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of ECS-002 Heavy Duty mobile Cooling/Misting Fans. This combined synopsis/solicitation aims to acquire commercial products or services that meet the cooling needs for military operations, emphasizing the importance of effective air circulation in various environments. The procurement is set aside for small businesses under the SBA guidelines, with the place of performance located in Texas. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are currently being requested with no written solicitation to follow.