70 Ton Chiller Rental B3206
ID: FA303025Q0028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (W041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the rental of a 70-ton chiller for Building 3206 at Goodfellow Air Force Base in Texas. The contractor will be responsible for delivering, installing, maintaining, and removing the chiller, which must meet specific technical requirements outlined in the solicitation documents, including power supply specifications and hose connections. This rental service is crucial for maintaining operational efficiency at the base, particularly during the specified period of performance from April 18, 2025, to October 17, 2025. Interested small businesses must submit their quotes by April 14, 2025, at 1:00 PM CST, to the designated contacts, SSgt Robert Cosper and 1st Lt Koen Weaver, via email.

    Files
    Title
    Posted
    The document outlines the requirements for renting a temporary 70-ton air-cooled chiller unit, intended for specific operational use. The chiller unit will be delivered and set up by the contractor, who will ensure it is fully functional before disconnection and removal after usage. Key specifications include the need for power cables and supply/return hoses to be up to 100 feet in length, and the hoses must connect to 6"-8" bolt flanges. The unit requires a power supply capable of operating on a 480V / 3PH, 225A breaker, and will utilize an external water pump on-site. This document serves as a clear guide for contractors responding to federal or local RFPs by detailing the operational necessities and technical specifications required for fulfilling the rental agreement.
    The Statement of Work for Goodfellow AFB outlines the requirement for the rental, installation, maintenance, and removal of a 70-ton temporary air-cooled chiller for Building 3206. The contractor is responsible for delivering up to 200 feet of rental hose and 400 feet of rental cable, placing the chiller within 100 feet of the existing unit, and connecting it to government-provided tie-in points and electrical systems. Maintenance and emergency response obligations are clearly defined, with a two-hour response time for any operational issues. The rental agreement covers an initial four months, with an option for an additional two months. Security protocols include compliance with base access regulations, requiring contractors to submit identification for vetting, and to utilize temporary passes for unescorted access. Specific guidelines for access denial, particularly concerning criminal history, are established, emphasizing the need for vetted employees, especially during non-duty hours. This document serves as a comprehensive guide for contractors in managing the rental chiller project's operational, security, and compliance aspects at the military installation.
    The provided document appears to contain corrupted or illegible data, preventing a coherent summary. However, the intended context revolves around government RFPs (Requests for Proposals), federal grant processes, and state and local RFPs. These documents generally outline funding opportunities, project requirements, and application guidelines for various government programs. The goal is to solicit bids from contractors, organizations, or businesses for projects that align with governmental objectives, such as improvements in infrastructure, community development, or environmental assessments. Analyzing this type of document typically requires clear text displaying project specifications, eligibility criteria, deadlines, and evaluation procedures for submitted proposals. Ensuring compliance with established federal and state regulations is crucial throughout this process.
    The addendum to 52.212-2 outlines the evaluation criteria for government contracts using lowest price technically acceptable (LPTA) procedures. The contract will be awarded to the responsible offeror whose proposal is most advantageous overall, prioritizing price over technical factors. Initially, offers will be reviewed based on price to establish a competitive range, and then the lowest offer will be assessed for technical acceptability. If it is not technically acceptable, the evaluation will continue with subsequent offers. There are two main evaluation factors: price and technical capability. Price evaluation involves calculating the Total Evaluated Price (TEP) from proposed unit prices, considering price realism and reasonableness through comparative analysis with government estimates and historical prices. Technical evaluations require offerors to submit a Capability Statement, which demonstrates their understanding of and capability to meet minimum requirements outlined in specified attachments. Proposals will be rated as acceptable or unacceptable based on whether they meet these requirements. The document emphasizes the need for clarity in meeting minimum standards to secure government contracts.
    The document outlines a solicitation for a contract specifically designed for women-owned small businesses (WOSB) to provide 70-ton chiller rental services. It includes details such as the requisition number, contract information, pricing arrangements, and specific requirements for the project, with a total award amount of $40 million. The contractor is expected to deliver services for a specified duration, with options for extensions. Key information includes the contractor's obligations related to the acceptance and inspection of services, payment procedures via the Wide Area Workflow (WAWF) system, and compliance with various federal regulations and clauses. Furthermore, specific contract clauses emphasize equal opportunity, labor standards, and prohibitions against certain telecommunications and surveillance equipment. Important attachments provide salient characteristics, statement of work, and evaluation criteria. Overall, the document serves as a formal request for proposals and establishes the contractual framework for engaging WOSBs in the service delivery process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    MMW Chiller for Balance of Plant
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three air cooler units under solicitation number NSN 4130012186915. This procurement is a total small business set-aside, aimed at acquiring essential air-conditioning and refrigeration equipment for military use, which plays a critical role in maintaining operational efficiency in various environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For any inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with delivery expected within 113 days after order placement.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    41--AIR CONDITIONER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 16 air conditioners under solicitation number NSN 4120016281437. The requirement is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and aims to deliver the units to DLA Distribution within 149 days after order. These air conditioning units are critical for maintaining operational efficiency in various military settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of two air cooler units, specifically identified by NSN 4130015036830. The requirement includes delivery to DLA Distribution within 149 days after order, with approved sources listed as 38450 1265-00-D and 38450 FCA-25 TYPE III. 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 will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    Temporary Dehumidification System w/ Inline Heaters
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters to be utilized at the New London Subbase in Groton, Connecticut. The procurement requires a dehumidification system that includes a 5,000 CFM electric reactivation Desiccant Climate Control Unit, two 60kW inline electric heating coils, and necessary supporting infrastructure, all designed to operate in outdoor conditions ranging from -10°F to 110°F. This system is crucial for providing dry and tempered process air for various industrial applications, ensuring compliance with specific standards and operational requirements. Proposals are due by December 17, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit detailed technical documentation along with pricing forms. For further inquiries, contact Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil or by phone at 207-994-0740.