5 Year Service Contract for Boiler Maintenance - Building 1E at Tobyhanna Army Depot
ID: W51AA1-25-R-0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW0ML USA DEP TOBYHANNATOBYHANNA, PA, 18466-5079, USA

NAICS

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

PSC

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

Set Aside

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

    The Department of Defense, through the U.S. Army, is soliciting proposals for a five-year service contract focused on the maintenance and emergency repair of the Boiler Plant at Tobyhanna Army Depot in Pennsylvania. The contract will include both firm fixed-price provisions for scheduled maintenance and time and materials options for unscheduled repairs, requiring contractors to demonstrate technical capabilities and relevant past performance. This maintenance service is crucial for ensuring the operational efficiency and safety of the facility's heating systems, which include two Vapor Power boilers and associated equipment. Interested contractors should submit their proposals, including a price breakdown and compliance with safety standards, to Mark Buonomo at mark.buonomo2.civ@army.mil by the specified deadlines, with a site visit planned to assist in proposal preparation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a non-personnel services contract to maintain the Boiler Plant at Tobyhanna Army Depot over a five-year period, consisting of a firm fixed price for scheduled inspections and a time and materials basis for unscheduled repairs. The contractor is responsible for all personnel, equipment, and materials needed, with service requirements including thorough inspection, maintenance, and documentation of the two Vapor Power boilers, a deaerator tank, a humidification steam generator, and condensate transfer units. Regularly scheduled services include quarterly and annual inspections, while unscheduled services must be executed within 24 hours of notification. Compliance with applicable safety and environmental standards is mandatory. Quality control ensures that all work meets or exceeds specified performance standards, with reports submitted to the government for review. Security protocols require background checks and access control for contractor personnel. The contract also emphasizes adherence to operational safety measures and environmental responsibilities, ensuring all tasks align with federal guidelines.
    The Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring contractor performance in the service contract for the Building 1E Boiler Plant at Tobyhanna Army Depot. It aims to ensure that services meet contract specifications, accountability for quality control, and encourages continuous improvement by the Contractor. Scheduled quarterly and annual inspections, maintenance, and repair work on specific boiler systems are mandated, with tasks to be carried out by certified technicians. The contract will be a hybrid model with both firm fixed price and time and material components. Roles are clearly defined, with the Contracting Officer holding the authority to manage the contract and the Contracting Officer’s Representative providing technical oversight. The document details surveillance methods, nonconformance reports (NCRs) for identifying and addressing performance issues, and the use of performance data for contractor assessments. Acceptance of services is contingent upon meeting established performance standards. Additionally, it incorporates elements such as contractor manpower reporting and compliance with requirements to combat trafficking in persons. The QASP is adaptable for updates based on performance analysis, stressing its dynamic nature in ensuring contract compliance.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for inspection, maintenance, and repair of the Building 1E Boiler Plant at Tobyhanna Army Depot. This five-year contract consists of a Firm Fixed Price (FFP) for scheduled inspections and a Time & Materials (T&M) option for necessary repairs. The contractor is responsible for delivering all labor, equipment, and materials needed, adhering to manufacturer standards. The objective is maintaining optimal operation of two Vapor Power Boilers, a Deaerator Tank, a Humidification Generator, and two Condensate Transfer Units. Scheduled inspections are required quarterly and annually, with detailed reports provided to the Government's representative. The contractor must exercise quality control and assurance, addressing any deficiencies promptly. The work is conducted within specified hours and at Tobyhanna Army Depot, following strict safety and security protocols. Emphasis is placed on contractor qualifications, including trained technicians and adherence to applicable regulations and safety standards. Additionally, specific provisions regarding invoicing, site visits, and governmental access for security assessments are included to ensure compliance and effectiveness in service delivery.
    The document concerns a Request for Proposal (RFP) issued by the U.S. Army for the maintenance and emergency repair services of the 1E Boiler Plant at the Tobyhanna Army Depot. The contract encompasses both fixed-price and time and materials (T&M) provisions, including a firm fixed-price for scheduled maintenance and a T&M option for unscheduled repairs. Proposal submissions must include a price breakdown for both service types, technical capabilities, and proof of relevant past performance. Key submission requirements include technical qualifications, certification of technicians, and a ceiling price for repairs to ensure costs remain within budget limits. A site visit is scheduled for interested contractors to assist in preparing proposals, with questions required to be submitted by a fixed deadline. The evaluation criteria prioritize technical merit and past performance over price, with a commitment to awarding the contract based on overall value to the government. The document highlights the importance of compliance with the RFP terms and encompasses regulations related to wage determinations and industry standards, underpinning the government's adherence to legal and operational guidelines in contract execution.
    Similar Opportunities
    Propane Service / Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for propane service and repair at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to secure a contractor for the supply, installation, and maintenance of propane tanks, including refueling and tank relocation services, over a five-year period. This contract is crucial for ensuring a reliable fuel supply while adhering to safety and environmental regulations. Interested small businesses must submit their proposals, including a pricing sheet and past performance references, by the specified deadline, and are encouraged to contact Brian Dionysius at Brian.K.Dionysius.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information. A site visit is scheduled for March 13, 2025, to assess project conditions.
    Sprinkler Systems Maintenance & Repair - Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is seeking a contractor for the maintenance and repair of sprinkler systems at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a hybrid service contract that includes both firm fixed price and time and materials components, aimed at ensuring the operational integrity of 262 fire protection systems across various buildings. The selected contractor will be responsible for annual inspections, testing, maintenance, and minor repairs, adhering to NFPA standards and maintaining a physical presence on-site at least two days per week. Proposals are due following a site visit scheduled for March 20, 2025, and interested parties can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125 for further details.
    Trane & York Chillers Maintenance & Repair- Tobyhanna Army Depot
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is seeking proposals from small businesses for the maintenance and repair of two Trane and one York air-cooled chillers located at Tobyhanna Army Depot in Pennsylvania. The contract, structured as a five-year agreement with a combination of firm-fixed-price and time-and-materials pricing, requires contractors to perform scheduled inspections, immediate reporting of deficiencies, and compliance with manufacturer standards. This initiative is crucial for ensuring the operational efficiency and safety of the chillers, which are vital for the depot's climate control systems. Interested contractors must submit their proposals by April 10, 2025, following a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Jessica McHugh at jessica.l.mchugh.civ@army.mil or by phone at 570-615-6125.
    Install Boilers, Building 2 and Building 3
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking contractors for the installation of steam boilers at Buildings 2 and 3 located at the Rome Research Site in New York. The project involves the complete installation of new heating systems, including necessary upgrades to fire protection, plumbing, and electrical systems, with a focus on compliance with safety and environmental regulations. This initiative is part of the government's ongoing efforts to enhance infrastructure efficiency and safety at military installations, with a budget set at $240,000 and a completion deadline of October 15, 2025. Interested contractors should contact Tabitha Haggart at tabitha.haggart@us.af.mil for further details and to ensure compliance with all project specifications and requirements.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Buyer not available
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    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.
    H945--Boiler Safety Device Testing Battle Creek
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler safety device testing and maintenance services at the Battle Creek VA Medical Center in Michigan. The procurement involves biannual inspections and testing of four Babcock & Wilcox boilers and a deaerator, ensuring compliance with National Fire Protection Association regulations and Veterans Health Administration directives. This initiative is crucial for maintaining operational safety and reliability in heating systems, emphasizing the importance of qualified personnel and adherence to safety standards. The estimated contract value is $19 million, and interested parties should contact Contract Specialist Courtney R. Seevers at Courtney.Seevers@va.gov for further details.
    *UPDATED* FE Warren 2x KN-16 & 1x KN-30 Boiler
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two KN-16 boilers and one KN-30 boiler for use at Francis E. Warren Air Force Base in Wyoming. This opportunity is a Total Small Business Set-Aside, aimed at acquiring commercial items under the guidelines of FAR Part 12 and FAR Part 13, with a focus on ensuring compliance with federal regulations and supporting small businesses. The selected contractor will be responsible for delivering the boilers within 130 calendar days post-award, with all quotes due by March 14, 2025, at 10:00 AM Mountain Daylight Time. Interested parties should direct inquiries to Shane Yurkus or Arthur W. Makekau via email or phone, and must be registered in the System for Award Management (SAM) at the time of submission.
    Provide and install two new boilers and decommission and dispose of one existing boiler
    Buyer not available
    The Court Services and Offender Supervision Agency (CSOSA) is seeking proposals for the provision and installation of two new gas-fired hot water boilers, along with the decommissioning and disposal of an existing boiler, at its facility in Washington, DC. The selected contractor will be responsible for all necessary labor, equipment, and materials, ensuring compliance with federal and local regulations, and must complete the project within a firm-fixed price contract structure, starting within 15 days of award and concluding within 75 days. This procurement is critical for maintaining the operational efficiency and safety of CSOSA's heating systems, emphasizing adherence to safety and environmental standards throughout the project. Interested bidders can contact Cathy Collins at catherine.collins@csosa.gov or call 202-220-5354 for further details, and the opportunity is set aside for small businesses under the SBA guidelines.
    H245--Safety Device Testing & and Calibration of the Boiler Plant Burners
    Buyer not available
    The Department of Veterans Affairs is seeking contractor services for the testing, calibration, and inspection of boiler safety devices at the Saint Louis VA Healthcare System. This procurement aims to ensure the reliability and safety of boiler systems, with a focus on compliance with federal safety standards and operational efficiency. The contract is structured as a Firm Fixed Price, Indefinite Quantity agreement, with an estimated value of $12.5 million over a potential five-year period, and proposals are due by March 25, 2025. Interested contractors should contact Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission protocols.