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 Building 1E Boiler Plant at Tobyhanna Army Depot in Pennsylvania. The contract will include both firm fixed-price (FFP) and time and materials (T&M) components, requiring contractors to provide regular inspections, maintenance, and necessary repairs for various boiler systems, ensuring optimal functionality and compliance with quality assurance standards. This procurement is critical for maintaining operational efficiency and safety within the facility, with proposals evaluated based on technical merit and past performance rather than solely on price. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for April 1, 2025, and questions due by March 21, 2025; for further details, contact Mark Buonomo at mark.buonomo2.civ@army.mil or 570-615-9781.

    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 Performance Work Statement (PWS) outlines a non-personnel services contract for inspection, maintenance, and repair of the Building 1E Boiler Plant at the Tobyhanna Army Depot (TYAD). The contract comprises a five-year term with a hybrid structure that includes firm-fixed price and time and material components. Key services involve regular inspections and necessary repairs for various boiler components, including two Vapor Power Circulatic Watertube Boilers and other support systems. Contractors are responsible for ensuring optimal functionality and must document all work performed while adhering to quality assurance standards set forth by the government. The contractor is also required to provide qualified personnel with extensive experience and relevant certifications. Service reports must be submitted promptly after each visit, alongside any proposals for additional maintenance. Security, safety, and environmental regulations must be strictly followed, and all contractor workers must undergo necessary background checks. The PWS integrates specific performance metrics and details the responsibilities and liabilities of the contractor while establishing clear expectations for service delivery within contractual compliance frameworks. This document serves as a guideline for potential contractors responding to RFPs related to boiler maintenance and services at federal installations.
    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 Request for Proposal (RFP) W51AA1-25-R-0013 is issued for Building 1E's Boiler Room Maintenance and Emergency Repair, dated March 25, 2025. This is a new acquisition with no previous contract history. In response to inquiries, the document clarifies that there are specific serial numbers for identified equipment, with additional serial numbers detailed in an appendix. However, no visual material, such as images or videos of the boilers, is available for reference. The Q&A document serves as an official attachment to the solicitation, binding the information provided to any resulting contract. This RFP is part of the federal government's initiative to procure necessary maintenance and repair services, highlighting the procedural framework for contracting within government operations.
    The document is an amendment to the solicitation W51AA125R0013 issued by the ACC-APG Tobyhanna Division concerning repairs at the Tobyhanna Army Depot. This amendment, dated July 15, 2024, primarily aims to incorporate a revised Performance Work Statement (PWS), specifically outlining a new firm fixed-price (FFP) Contract Line Item Number (CLIN) for a scheduled repair of the 1E Boiler Plant. The offer submission deadline remains unchanged, but the due date for questions has been extended to March 21, 2025. Key modifications include the addition of CLIN 0003, which involves the comprehensive repair tasks detailed in the updated PWS. Offerors must provide pricing for all CLINs and submit proposals in accordance with outlined instructions. The document underscores adherence to procurement regulations and specifies the process for acknowledgment of amendments. Overall, the amendment enhances clarity around the scope of work and the bidding process, emphasizing the importance of compliance with specified timelines for submissions and inquiries.
    This document serves as an amendment to a government solicitation from the ACC-APG, Tobyhanna Division, specifically modifying contract W51AA125R0013. The primary purpose of the amendment is to incorporate additional documentation, namely Exhibit 4 (Questions and Answers) and Appendix 1 (Equipment Information), without changing the due date for offers. The amendment maintains the existing terms and conditions related to the solicitation. Contractors are required to acknowledge receipt of this amendment, either by returning signed copies or referencing it in their proposals, to avoid potential rejection of their bids. Attached to this amendment are several exhibits, including a Performance Work Statement, Quality Assurance Surveillance Plan, and wage determination details, chronologically listed with their respective dates of issuance. This process aligns with standard procedures for federal solicitations, emphasizing transparency and thorough information dissemination for contractors engaged in government projects.
    The document is an amendment to a Request for Proposal (RFP) issued by ACC-APG, Tobyhanna Division, regarding a government contract. It confirms that the offer due date remains unchanged and introduces a second site visit for potential offerors on April 1, 2025. The amendment specifies the type of contracting in question, detailing that the contract will include both firm fixed-price (FFP) and time and materials (T&M) line item numbers. Award considerations will focus on the overall value to the Government, with specific instructions for proposal submissions including pricing, technical proposals, and past performance examples. Offerors must comply with the terms outlined in the RFP, including submitting proposals prior to the deadline to avoid rejection. Additionally, a wage determination applicable under the service contract act is included, along with clear instructions for an upcoming site visit and the process for submitting questions. The document emphasizes the importance of following proposal submission guidelines and acknowledges that costs incurred in proposal preparation are not the Government's responsibility. Overall, the amendment aims to facilitate a transparent and competitive bidding process while ensuring compliance with regulatory standards.
    The Equipment Install/Replacement Sheets document details the inventory and maintenance of various pieces of equipment within Boiler Room 1E-137. It catalogues vital information such as barcode numbers, location, year manufactured, manufacturer details, model numbers, user cost centers, warranty expiration dates, and preventive maintenance (PM) schedules (annual, semi-annual, monthly, or quarterly). Key pieces of equipment listed include separators, tanks, and boilers, with specific notes regarding their replacement information. Dates indicate when maintenance was last reviewed, highlighting a comprehensive approach to equipment upkeep. This documentation underscores the importance of regular maintenance and timely equipment replacement to ensure operational efficiency. The systematic recording of these details aligns with government standards for asset management and compliance, reflecting the commitment to maintaining operational integrity in public facilities.
    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
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    J041-- Boiler Plant Control Systems Preventative Maintenance Services B+4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. The contract requires the selected contractor to provide annual maintenance for seven boilers, including preventative maintenance, repair services, and semi-annual testing, in accordance with established safety protocols and compliance standards. This procurement is critical for ensuring the safe and efficient operation of boiler systems within the facility, which is vital for maintaining a reliable healthcare environment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes by December 15, 2025, with a mandatory site visit scheduled for December 4, 2025. For further inquiries, contact LaTerrica Sewell, the Contracting Officer, at LaTerrica.Sewell@va.gov or by phone at 706-733-0188.
    BASIC LIFE SUPPORT (BLS) EMERGENCY MEDICAL SERVICES (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Basic Life Support (BLS) Emergency Medical Services (EMS) at the Tobyhanna Army Depot in Pennsylvania. The contractor will be responsible for providing BLS ground ambulance services, including the presence of two Pennsylvania-certified EMT-Bs on-site during operational hours, and will also support emergency response initiatives and special events. This contract is crucial for ensuring timely medical assistance and compliance with federal and Army regulations, with performance metrics focused on response times. Interested parties are invited to a pre-solicitation meeting on December 16, 2025, from 10:00 a.m. to 11:00 a.m. EST, with further inquiries directed to Deborah Belak at deborah.belak.civ@army.mil or by phone at 570-615-7579.
    Heat Plant Boiler Tube Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.