HVAC Preventive Maintenance
ID: FA441724Q0150Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The U.S. Air Force seeks a women-owned small business to contract for comprehensive Heating, Ventilation, and Air Conditioning (HVAC) preventive maintenance services at Hurlburt Field, Florida. The maintenance services should ensure the efficient and reliable operation of HVAC systems across multiple buildings on the base. The single-award contract has a base period of one year, with options to extend for up to four additional years.

    The work involves routine tasks such as belt changes, coil cleanings, and filter replacements, along with managing personnel and ensuring compliance with performance thresholds. Offerors must provide detailed staffing plans, past performance records, and pricing schedules. The procurement also involves the supply and installation of energy-efficient chillers of varied types and capacities, emphasizing the replacement and update of existing systems. Fair compensation for various occupations is outlined in the Service Contract Act's Wage Determination No. 2015-4531, Revision 26, ensuring compliance with employment standards.

    Interested parties should visit https://sam.gov for more information and to respond by the extended deadline of 3:00 PM CDT on August 12, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide preventive maintenance services for heating, ventilation, and air conditioning (HVAC) systems at Hurlburt Field Air Force Base in Florida. The primary objective is to ensure the reliable operation of these systems through quarterly maintenance. The scope of work involves various tasks, including belt changes, coil cleanings, and filter replacements, all in accordance with industry standards. The contractor is responsible for supplying all necessary parts and materials while adhering to strict guidelines and reporting requirements. Key dates include a 60-day deadline for an initial equipment inspection and the submission of subsequent monthly maintenance schedules. The contract's estimated value is not explicitly mentioned. Evaluating the contractor's performance will be based on their ability to meet specified thresholds, with remedies in place for deficiencies. Overall, the focus is on ensuring the efficient operation of HVAC systems through proactive maintenance, with the government providing some equipment and the contractor responsible for managing the majority of the service requirements.
    The Department of Labor's Employment Standards Administration issues Wage Determination No. 2015-4531, Revision 26, governing employment under the Service Contract Act in Florida's Okaloosa County. It establishes minimum wage rates and benefits for various occupations. The primary objective is to outline fair compensation for workers engaged in administrative, automotive, food service, health, information technology, and many other roles. The document specifies different hourly rates for each occupation, with revisions effective as of April 2024. These rates are higher than the standard minimum wage, ranging from $13.23 to $49.31 per hour, reflecting the skilled nature of the work. The benefits include health and welfare provisions, paid vacations, paid holidays, and uniform allowances. Certain roles also attract hazardous pay differentials, night differentials, and Sunday premiums. Contractors must adhere to these standards when employing workers in these occupations. The conformance process outlined details how unlisted occupations can be classified and compensated fairly. This ensures compliance with the Service Contract Act's requirements, aiming to protect workers' wages and benefits.
    Here are the concise summaries for each file: **File 1:** The government seeks to procure replacement belts and motors for various air handling units (AHUs) across multiple facilities, along with detailed belt and motor information. The focus is on specifying the required belt and motor qualities, quantities, and locations, aiming to ensure efficient operations of these AHUs. **File 2:** This file outlines a requirement for dorm facilities, specifying areas such as mechanical rooms, exhaust fans, and outside air units. The procurement objective is to obtain comprehensive facility management, including maintenance and repairs, to ensure optimal functionality and the comfort of occupants. Both files contain detailed technical specifications and location-specific information, indicating a focused approach to procuring specialized services and equipment for maintaining military base facilities. The files also mention key dates and submission deadlines, with evaluation criteria focusing on the quality and efficiency of the proposed solutions.
    The document is a Past/Present Performance Questionnaire for a contract related to HVAC preventive maintenance, which is part of a larger source selection process. The focus is on assessing a contractor's performance quality, management, regulatory compliance, and reliability. It rates these aspects using a scale and provides spaces for narrative explanations of any unsatisfactory or marginal ratings. The overall performance rating is also evaluated, with the option to rehire the contractor being considered. The document collects this information to aid in deciding on the most suitable vendor for an upcoming HVAC maintenance contract, ensuring efficient and effective performance. The deadline for returning the completed questionnaire is the closing date and time of the solicitation.
    The Hurlburt Field report is a detailed inventory of chiller equipment, outlining key information for each unit. The primary objective of this procurement is to obtain advanced and efficient chiller machinery. The government seeks cutting-edge chillers, emphasizing energy efficiency, capacity, and reliability. These chillers are essential for regulating temperature in various buildings, ranging from education centers to recreational facilities. The requirements specify tons of cooling capacity, with a focus on air-cooled and water-cooled variants. The scope includes installing the equipment and ensuring it's compatible with existing systems. Key dates vary, with some equipment needing replacement or inspection ASAP, while others have deadlines extending into 2025. This comprehensive report enables vendors to offer suitable chillers and related services, helping the government update its cooling infrastructure.
    The focus of this clarification is on specifying the heating, ventilation, and air conditioning (HVAC) equipment requiring preventive maintenance. The initial question regards the omission of some chillers from the list, specifically the large magnetic bearing chillers for dorms, which are confirmed to require maintenance. The updated equipment list now includes these chillers. The second exchange clarifies the inclusion of heat exchangers and water strainers in the maintenance contract, providing locations and quantities, though exact numbers aren't available for all equipment types. The HVAC preventive maintenance contract aims to cover a comprehensive range of equipment, including appendices that offer further guidance on the scope. This clarification ensures that the necessary equipment is included and maintains the integrity of the procurement process.
    The government seeks a contractor for comprehensive HVAC services across multiple buildings. The primary objective is routine maintenance, explicitly excluding refrigerant handling and service calls outside the scheduled maintenance scope. The work involves various tasks, including condensor coil cleaning, heat exchanger cleaning, and providing personnel with appropriate safety training. The government will offer a site visit on June 25th to assess the HVAC units. Proposals are now due on July 16, 2024, and the government encourages bidders to send queries for clarification. The contract represents a preventive maintenance agreement, focusing on routine tasks, with additional provisions for handling pre-existing issues. The single point of contact for the contract will be the government's representative. Bidders should account only for routine maintenance labor in their proposals, as other calls are not covered. This clarification should help bidders craft their proposals ahead of the new deadline.
    The government seeks a women-owned small business to provide comprehensive HVAC preventive maintenance services for Hurlburt Field in Florida. The primary objective is to ensure the efficient operation of HVAC systems through quarterly maintenance over multiple annual contracts. Each contract has a firm-fixed price and covers non-personal services, including supervision, staffing, equipment, and materials. The contractor is responsible for delivering these services according to a performance-based work statement. Key contract details include an initial 12-month delivery period, with options to extend for up to four additional years. The government will compensate the successful offeror based on the specified unit prices for services. The submission deadline is indicated as 8:00 AM on the 3rd of July 2024, and inspections and acceptance criteria are outlined in the Performance Work Statement. Evaluation of proposals will consider factors such as past performance, technical approach, and cost-related information.
    The amended solicitation aims to procure preventative maintenance services for HVAC systems. It seeks a comprehensive understanding of the work required, emphasizing the management of personnel and quality control. Offerors are expected to provide a detailed staffing plan and quality assurance procedures to meet performance objectives. The focus is on recent and relevant past performance, with a limit of ten contracts submitted for evaluation. Pricing schedules and contract clauses are also required, with clarity on the role of any subcontractors involved. The amendment primarily extends the deadline for receipt of offers until 3:00 PM CDT on August 12, 2024, and makes administrative changes to the solicitation number and clarification of HVAC PM QA. The evaluation of quotes will consider factors like technical capability, past performance, and price reasonableness, with a site visit scheduled prior to the submission deadline.
    The Hurlburt Field report is a comprehensive detail of chiller equipment across various buildings on the base. The primary objective of this procurement is to acquire chillers of different types and capacities, focusing on energy efficiency and reliable performance. These range from scroll chillers for education centers and bowling centers to large-scale centrifugal chillers for recreation centers and military facilities. The requirements vary but include essential details like tonnage, cooling type, and location. The scope involves installing these chillers, with some requiring specific positions like the "chiller yard" or "mechanical room." Contract details are partially visible, including mentions of firm-fixed-prices and dates, with evaluation based on price and technical merit. Key dates are spread across the report, indicating various submission deadlines and installation timelines. Overall, this report offers a thorough snapshot of the base's cooling equipment needs, with clear procurement intentions focused on replacing or updating existing systems.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    820 RHS HVAC Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of HVAC units for the 820th Red Horse Squadron at Nellis Air Force Base, Nevada. The requirement includes three specific Trane HVAC systems: a 25-ton and a 15-ton dedicated outdoor air system, as well as a 3-ton split type system, all designed to meet stringent mechanical and plumbing standards for federal facilities. This procurement is crucial for enhancing indoor air quality and temperature control, ensuring compliance with high-performance building standards. Interested small businesses must submit their quotes electronically by September 18, 2024, at 1000 PDT, to Amber Rivera at amber.rivera.2@us.af.mil, and must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    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.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump, adhering to the specifications outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining climate control in training environments and supports the Air Force's operational efficiency. Interested small businesses, particularly those that are economically disadvantaged women-owned entities, must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or (325) 654-4422.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    JBAB - HVAC Repair Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide HVAC repair equipment for Joint Base Anacostia-Bolling (JBAB) in Washington D.C. The procurement aims to fulfill specific requirements outlined in two attachments, which detail the specifications for various HVAC components, including condensate drain pans and a Magic Aire DU series heating and cooling unit. This equipment is crucial for maintaining operational efficiency and compliance with government standards in HVAC systems. Interested parties are encouraged to submit their capabilities via email to the designated contacts, Alexandra Alberti and Christian Barnett, by September 23, 2024, as this notice serves as a preliminary market research tool and does not constitute a formal Request for Quote (RFQ).
    HVAC REPAIR USCG STA MENEMSHA BOATHOUSE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform HVAC repair services at the Menemsha Boathouse in Chilmark, Massachusetts. The procurement aims to address maintenance and repair needs for refrigeration, air conditioning, and air circulating equipment, ensuring optimal operational conditions at the facility. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, with the solicitation available at the provided link.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC system services at the Omaha VA Medical Center to prepare for the upcoming winter season. The procurement, identified by solicitation number 36C26324Q1176, involves evaluating, repairing, and replacing HVAC components, particularly focusing on air handlers and rooftop units to ensure operational efficiency and patient comfort. This total small business set-aside contract, valued at approximately $19 million, requires contractors to comply with federal regulations and submit their quotes by September 18, 2024, at 10:00 AM CST. Interested contractors should direct technical inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov.
    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.
    163rd Replace HVAC Building 2275
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to replace the HVAC system at Building 2275 located at Moffett Field, California. The project involves the complete replacement of two Trane air handlers and two condensing units, including associated demolition, mechanical, plumbing, electrical work, and roof repairs, with a contract completion timeframe of 90 days after the notice to proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude of less than $250,000. Interested contractors must be registered in the System for Award Management (SAM) and can obtain further details from the SAM website. For inquiries, contact David Moreno at david.moreno.34@us.af.mil or Aaron Lay at aaron.lay.2@us.af.mil.