Mission Breathable Air Maintenance Service Contract
ID: W51AA125Q0017Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal functionality and compliance with stringent safety and environmental regulations. The services are critical for maintaining the operational readiness of air systems used in military applications. Interested contractors must submit their proposals by March 3, 2025, following a mandatory site visit on February 20, 2025, and can direct inquiries to Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the proposed pricing sheet for the Mission Breathable Air Maintenance Service Contract (W51AA1-25-Q-0017) as part of a government RFP. It details two main categories of maintenance services: preventative maintenance and unscheduled/emergency maintenance. The pricing structure includes line items for both the base year and option year, indicating fixed prices for routine services and time-and-materials (T&M) pricing for emergency repairs. Offerors must fill in specific hourly labor rates for the contracted services, adhering to the Service Contract Labor Standards, which govern minimum wages and labor conditions. Notably, the total evaluated price presented in the pricing sheet is strictly for evaluation purposes and will not obligate the government for specified service hours. The document emphasizes the need for explicit costs for labor and materials, with all work requiring prior approval from a Contracting Officer Representative. This procurement process is essential for ensuring efficient maintenance operations while adhering to legal and regulatory standards in the context of government contracts.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide preventative maintenance and emergency repair services for breathable air systems at the Tobyhanna Army Depot, PA. The contractor is responsible for delivering all necessary personnel, equipment, and supervision to ensure optimal operation of the systems in designated buildings. Services are categorized into preventative maintenance (fixed price) and emergency repairs (time and material). A Quality Control Plan (QCP) must be developed by the contractor to align with Federal Acquisition Regulation (FAR) standards and is subject to government review. The contract specifies performance objectives, operational hours, and training requirements, including Anti-Terrorism, Operational Security, and Information Assurance training. Safety and environmental compliance obligations are emphasized, including adherence to pollution control, waste management, and hazardous materials regulations. The contractor must also ensure security protocols for personnel accessing the base, implement key control measures, and report any issues swiftly. The document establishes a framework for contract performance oversight, detailing the roles of the Contracting Officer's Representative and their authority in managing contract compliance. The overall goal is to maintain continuous and reliable service for breathable air equipment while adhering to safety, quality, and regulatory standards.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract focused on preventative maintenance and emergency repairs of breathable air systems at Tobyhanna Army Depot, Pennsylvania. Key responsibilities include providing all necessary personnel, equipment, and supplies for maintaining breathability standards in various buildings. The contract emphasizes a structured approach to quality control, requiring the contractor to develop a Quality Control Plan (QCP) to monitor performance and compliance with government standards. Contractors must adhere to specific security, training, and environmental regulations, ensuring personnel security clearances and environmental compliance throughout the execution of tasks. Moreover, the PWS details the operating hours for support provisions, emergency procedures, and reporting protocols for any issues impacting service delivery. This document serves as a guideline for contractors to fulfill terms efficiently while minimizing operational risks and improving the sustainability of air quality management at the Depot, emphasizing both governmental oversight and accountability.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract focused on providing Preventative Maintenance and emergency repair services for breathable air systems at the Tobyhanna Army Depot in Pennsylvania. The contractor is responsible for regular maintenance, unscheduled repairs, and developing a Quality Control Plan (QCP) to ensure compliance with contract terms. Key objectives include minimizing downtime and maintaining optimal equipment functionality. The contract emphasizes stringent security protocols, with background checks and installation access requirements for contractor personnel. It details safety regulations, environmental compliance, and requirements for handling hazardous materials—such as asbestos—to protect worker safety and adhere to federal and state regulations. Training in anti-terrorism and information assurance is mandatory for contractors. The document's structure includes sections on general information, service descriptions, security, quality control, and environmental stipulations, suggesting a comprehensive framework aimed at high service delivery standards while meeting governmental operational needs. This contract serves to enhance safety and equipment reliability at the depot while adhering to legal and regulatory guidelines.
    The document appears to contain a corrupted or jumbled set of data with no coherent information presented. It lacks a recognizable topic and does not convey any structured details typically found in government RFPs, federal grants, or state/local RFPs. Given that the content is illegible and does not provide meaningful context or findings, there are no key ideas, supporting details, or a logical structure to summarize. Consequently, no substantive summary can be extracted from the text as it stands, indicating a potential error in the data representation. The essential purpose of such documents should involve clear communications regarding funding opportunities, project requirements, and defined expectations, which this text fails to deliver.
    The document outlines access points and equipment locations within various buildings at a government facility, specifically detailing areas like the Main Gate, Visitors Control Center, and Controlled Area access points. It lists specific units of Domnick Hunter and Hankison equipment located in designated buildings, indicating their presence for air and gas treatment processes. The structured information reveals a focus on operational readiness and facility management through controlled access and monitoring of environmental equipment within the premises. The arrangement suggests an organized approach to maintain security and efficiency in facility operations, likely in preparation for future federal projects or audits related to environmental compliance and equipment functionality. Overall, the document serves as an inventory and access guide, pertinent for operational and maintenance planning within a government context.
    The "Service or Equipment Installations Contractor Safety Standards for Tobyhanna Army Depot (TYAD)" outlines mandatory safety protocols for contractors working on site. It emphasizes contractors' responsibility for ensuring job-site safety in compliance with OSHA regulations and TYAD-specific safety standards. Key protocols include the necessity for Job Hazard Analyses, Site-Specific Safety Plans, and adherence to various regulations concerning fall protection, electrical safety, and confined space entry. Contractors must acquire necessary permits, verify utility locations, and ensure all personnel undergo OSHA training. A "Red Card Program" allows employees to halt unsafe practices, reinforcing commitment to safety. The document details procedures for incident reporting, emergency response, and worker protection, including the control of respirable crystalline silica and management of odor-producing materials. Additionally, it outlines standards for crane operations, hot work permits, and the requirement for Operational and Maintenance Manuals for any equipment. Strict adherence to these safety measures is crucial, with potential repercussions for non-compliance including contract termination. This document aligns with governmental expectations in promoting safety in federal contracting environments.
    The document outlines standard specifications for projects conducted under the National Environmental Policy Act (NEPA) at Tobyhanna Army Depot (TYAD). It emphasizes critical environmental management practices that contractors must follow during construction and renovation activities. Key topics include procedures for managing spills and asbestos, compliance with air pollution control, water quality standards, hazardous waste management, and energy efficiency measures. Contractors are required to ensure that their work does not disturb endangered species or cultural resources, and they must adhere to strict waste disposal and recycling protocols. The document also stipulates guidelines for protecting natural resources, ensuring safety during demolition, and maintaining noise levels within regulatory limits. Compliance with these environmental regulations is vital for contractors to minimize ecological impact, ensure occupational safety, and adhere to governmental compliance standards. Overall, the document serves as a comprehensive guide for contractors, ensuring that environmental considerations are integrated into project execution at TYAD.
    The attachment outlines security and privacy requirements for contracts related to the Tobyhanna Army Depot (TYAD). It mandates that contractors adhere to federal regulations regarding the protection of personally identifiable information (PII) and implement security measures in accordance with the Federal Acquisition Regulation (FAR) and the Privacy Act. Contractors must develop a Contingency Operations Plan, undergo antiterrorism training, comply with operational security (OPSEC) protocols, and ensure their personnel are familiar with installation regulations. Key requirements include submission of training documentation, completion of cybersecurity awareness training, and background checks for personnel seeking installation access. The document stipulates that contractors must safeguard government information, maintain confidentiality and integrity, and return government property upon contract completion. Failure to comply can result in penalties, including removal from the site. Overall, this document emphasizes the necessity of robust security procedures for contractors operating within or adjacent to military installations, highlighting operational readiness in emergency situations and the safeguarding of sensitive information.
    The document addresses a request for images of tag plates from specific inline filters mentioned in section 5.3.7 related to point of use filters in a government context. The filters in question include models DF35-D-4DP, DF35-Z-4, IRHE706, CRN2858.5, and Radex. The requester emphasizes that only one photograph per manufacturer is necessary due to the uniformity of the filter designs across paint booths. The response indicates that tag images for three of the requested filters were located, while the other two models' tags could not be found or were illegible. This exchange highlights the practical concerns of identifying appropriate filter elements for maintenance or replacement within government-operated facilities, reflecting the need for precise data in managing operational equipment efficiently.
    This document addresses a query related to section 5.3.7 concerning point of use filters within a government RFP, focusing on the correct quantity of supplies needed. The term “set” is clarified to mean two (2) units, and while other quantities listed are reported as accurate, there is a recommendation to potentially increase the quantity for IOF paint booths from four sets. This exchange illustrates the ongoing communication and verification processes essential in preparing competitive bids for government contracts and grants, ensuring that all required materials are accurately identified and specified to meet project demands. The importance of precise quantity specifications in RFP responses is critical to compliance and successful bidding.
    The document contains a series of questions and answers concerning a Request for Proposal (RFP) for the maintenance of Hankison 205 DM dryer valves and related services. The primary topics include preferences for servicing the valves, specifically using repair kits instead of full replacements, and confirmation that the inlet and outlet shuttle valves require service. Additionally, it clarifies the pricing structure, indicating that total costs will be calculated based on biannual billing. Amendments to the service agreement have been made, specifying that point-of-use filters will now be changed semi-annually instead of annually, aligning with service visits scheduled for October 2025 and 2026. Finally, the document instructs on the completion of specific forms (SF1449 and W51AA125Q0017), emphasizing that additional clauses must be marked and that both amendments need to be signed and returned. Overall, this document aims to ensure clarity and proper execution of the RFP requirements, reinforcing the importance of adherence to updated terms and correct documentation procedures in federal procurement processes.
    The document comprises a response to an inquiry regarding the availability of images depicting the Breathing Air equipment located in Building 73. The primary focus is on confirming the existence of security-approved photographs to illustrate this equipment. This response indicates a level of security oversight in sharing sensitive images, which is crucial in the context of government operations. As part of federal and state/local requests for proposals (RFPs) or grants, such documentation is vital for transparency and compliance with safety regulations. The provision of these images could facilitate a better understanding of the equipment, potentially impacting bids or proposals related to its use or maintenance. Overall, the document reflects the procedural nature of federal responses to inquiries tied to specialized equipment and security considerations.
    The government file focuses on equipment serial number verification and request for parts lists associated with specific maintenance units. It provides clarity on the confirmed serial numbers for units from Domnick Hunter and Hankison, including an instance where a previously unrecorded serial number was added. Additionally, the file addresses a request for a parts list, referencing the Performance Work Statement, which outlines the replacement frequency for parts directly from manufacturer manuals. However, the Tobyhanna Army Depot indicates uncertainty regarding the specific part numbers and sales details. This issue is relevant within the context of government requests for proposals (RFPs), as it reflects the importance of accurate equipment documentation and maintenance protocols in government operations and contracting.
    The document outlines the Request for Proposal (RFP) W51AA125Q0017 for a hybrid contract by the Army Contracting Command at Tobyhanna Army Depot. The solicitation invites offers for preventative and unscheduled maintenance services for breathable air equipment, emphasizing compliance with FAR guidelines. Proposals are required to include a completed Standard Form 1449, pricing sheets, and past performance references. Key points include the proposal submission deadline of February 12, 2025, necessitating an active registration in the System for Award Management (SAM). Evaluation will be based on a trade-off process considering technical merit, past performance, and price, categorized under contract types such as firm fixed-price and time-and-materials. Communication with prospective offerors is encouraged, with a structured guidance on questions submitted. Notably, contractors must comply with Service Contract Labor Standards and accessibility standards under Section 508 of the Rehabilitation Act. The contracting process aims to facilitate fair competition while ensuring services meet rigorous standards necessary for government operations.
    The document outlines a Request for Proposal (RFP) for a hybrid firm-fixed-price and time-and-materials services contract managed by the Army Contracting Command at Tobyhanna Army Depot, Pennsylvania. It aims to acquire maintenance services for breathable air systems over a specified performance period from April 2025 to March 2026, with options for an additional year. Interested vendors must be registered in the System for Award Management (SAM) and submit proposals that include a completed SF 1449 form, past performance references, and a proposed pricing sheet. Evaluation criteria include technical capability, past performance, and price, following a trade-off process that does not guarantee the lowest price will receive the contract. The RFP emphasizes adherence to the Service Contract Labor Standards and requires compliance with federal regulations regarding telecommunications and government contracting. The document specifies a deadline for proposal submission and prohibits assumptions within proposals. It also mandates that all amendments be acknowledged and incorporated into submissions. This solicitation reflects the government's objective to ensure competitive bidding while adhering to standards that support economic opportunities for various business types, including small and veteran-owned businesses.
    This document serves as Amendment 0001 to the solicitation W51AA125Q0017, concerning a hybrid firm fixed-price and time and materials services contract for Tobyhanna Army Depot, PA. Key updates include the scheduling of a mandatory site visit on February 20, 2025, and an extension of the proposal submission deadline to March 3, 2025, at 10:00 AM EST. The solicitation follows FAR regulations, specifically utilizing simplified acquisition procedures. Offerors must possess an active registration in the System for Award Management and are advised that attendance at the site visit is encouraged to clarify requirements and address questions prior to submission. Proposals should be submitted via email and must adhere to a standard format which includes specific documentation and pricing information. The evaluation for awarding the contract will adopt a Best Value Trade-off approach based on technical proficiency, past performance, and price. Further, it outlines that any contract resulting from this solicitation will primarily include a Firm-Fixed Price (FFP) for basic services and Time & Materials for emergency repairs. The amendment aims to ensure compliance with accessibility standards and outlines eligibility requirements, indicating a structured approach to recruitment in government contracting.
    This document is an amendment (No. 0002) to the solicitation W51AA125Q0017, which modifies the requirements outlined in the original solicitation. The main purpose of this amendment is to adjust the maintenance schedule for Point of Use Filters from an annual to a semi-annual major preventive maintenance and inspection. Additionally, the quantity of filters to be serviced has been decreased. All other terms and conditions from the original contract remain unchanged. The amendment emphasizes the need for contractors to acknowledge receipt of this modification before submitting offers, indicating that failure to do so may lead to rejection. Established by the Army Contracting Command located in Tobyhanna, PA, this document reflects necessary updates within the procurement process for federal contracts, maintaining its alignment with Federal Acquisition Regulations (FAR). Overall, this amendment illustrates ongoing adjustments in governmental contracting to ensure optimal service delivery while adapting to operational requirements.
    Lifecycle
    Similar Opportunities
    AIR COMPRESSOR MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement includes scheduled and unscheduled maintenance for Ingersoll Rand equipment, with responsibilities encompassing quarterly minor and semi-annual major maintenance, inspections, and necessary repairs. This service is crucial for ensuring the operational readiness and safety compliance of military installations, reflecting the government's commitment to maintaining high standards in equipment management. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil for further details.
    Solicitation SPE601-25-R-0308 ABO & LN2 Various Locations Middle East Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) at military installations in Djibouti, Kuwait, and Qatar. Contractors are required to deliver these gases in compliance with military specifications, including providing Certificates of Analysis for each delivery, and must ensure timely installation and maintenance of storage tanks at the designated locations. This procurement is critical for supporting military operations, ensuring that personnel have access to essential breathing gases under stringent safety and quality standards. Interested contractors should contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Jessica Negron at jessica.negron@dla.mil, with proposals due by March 17, 2025, at 3:00 PM Central Standard Time.
    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.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    MUTES COMPRESSOR-DEHYDRAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of Compressor-Dehydrator systems, as outlined in the Request for Quotation (RFQ) issued on February 7, 2025. The procurement aims to enhance supply chain performance and requires compliance with strict delivery, inspection, and acceptance protocols, including the submission of a Counterfeit Prevention Plan within 30 days of contract award. These systems are critical for maintaining operational integrity within defense logistics, ensuring timely and quality delivery of essential equipment. Interested contractors must submit their quotations by March 10, 2025, and can reach out to Kody Quayle at kody.quayle@us.af.mil for further inquiries.
    EMI Chamber B HVAC Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking contractors for the replacement of the HVAC system in Chamber B at the Aberdeen Test Center's EMI Facility. The project involves installing a new propane gas-fired HVAC unit capable of delivering 4000-8000 CFM of conditioned air, along with necessary controls for temperature and humidity management, to restore operational integrity compromised by the outdated system. This procurement is critical for maintaining the functionality of the facility, particularly given its proximity to an operational airport, which imposes specific regulatory compliance requirements. Interested contractors should contact Toni M. Foster at toni.m.foster.civ@army.mil for further details, with the contract's specifics outlined in the combined synopsis/solicitation notice.
    BPA Compressed Gas Cylinders
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses to provide various compressed gases for the Tobyhanna Army Depot (TYAD) under a Blanket Purchase Agreement (BPA). The contractor will be responsible for supplying and delivering gases such as chlorine, oxygen, argon, nitrogen, and acetylene, adhering to a weekly delivery schedule and exchanging full cylinders for empty ones. This procurement is crucial for maintaining the operational capabilities of TYAD, with a total award limit of $250,000 over a five-year period. Interested small businesses should submit their capabilities and relevant information to Forrest Green at forrest.l.green8.civ@army.mil by the specified deadline, noting that responses will be treated confidentially.
    SCBA BOTTLE FILLING STATION
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Self-Contained Breathing Apparatus (SCBA) bottle filling station at Westover Air Reserve Base in Chicopee, Massachusetts. The project aims to enhance the fire department's emergency response capabilities by providing a code-compliant air filling station that meets NFPA 1989 standards, including features such as a carbon monoxide monitoring system, remote fill capabilities, and RFID tracking for cylinders. This procurement is critical for maintaining operational readiness and safety for personnel involved in fire suppression and hazardous operations. Interested vendors should submit their proposals, including technical specifications and pricing, to Rosalie M. Connelly at rosalie.connelly.1@us.af.mil or Robert Stacy at robert.stacy.2@us.af.mil, with a completion timeframe of 90 days post-award and a focus on achieving the lowest price technically acceptable (LPTA) criteria.
    AIR CLEANER, TURBINE ENGINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of air cleaners for turbine engines under solicitation number SPRDL1-25-R-0072. The contract is set aside for small businesses and requires the production of 14 units, along with a first article test report that adheres to specified military standards. These air cleaners are critical components for ensuring the operational efficiency and reliability of turbine engines, emphasizing the importance of quality and compliance in military applications. Interested parties must submit their proposals by the new deadline of March 18, 2025, and are encouraged to acknowledge receipt of the amendment to the solicitation. For further inquiries, potential bidders can contact Jasteena Gomoll at jasteena.gomoll@dla.mil or by phone at 586-467-1210.
    Letterkenny Army Depot requirements contract to provide personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform Bulk Gas and Cylinder Gas Supply Services
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is seeking small businesses to provide Bulk Gas and Cylinder Gas Supply Services under a firm fixed price contract. This procurement, designated by solicitation number W911N2-25-R-0014, requires the delivery of bulk gases and associated non-personal services, including personnel, equipment, tools, and quality control, essential for the depot's operations. The contract will be awarded for one base year with four option years, emphasizing the importance of reliable gas supply for military operations. Interested vendors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available around March 13, 2025, with proposals due by approximately March 23, 2025. For further inquiries, potential bidders can contact Contract Specialist David Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372.