5 Year Service Contract for Boiler Maintenance - Building 1E at Tobyhanna Army Depot
ID: W51AA1-25-R-0013Type: Sources Sought
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
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 7:00 PM UTC
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
Mar 10, 2025, 8:07 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Mar 26, 2025, 7:22 PM UTC
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.
Lifecycle
Similar Opportunities
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.
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.
Install Boilers, Building 2 and Building 3
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting bids for the installation of steam boilers in Buildings 2 and 3 at the Rome Research Site in New York. The project involves comprehensive construction tasks, including the installation of new boilers, upgrades to fire protection, plumbing, and electrical systems, with a focus on compliance with federal standards and environmental regulations. This initiative is part of the government's ongoing investment in infrastructure improvements to enhance operational efficiency at military installations. The contract, valued between $5 million and $10 million, is a total small business set-aside, with bids due by April 21, 2025. Interested contractors should direct inquiries to Tabitha Haggart at tabitha.haggart@us.af.mil or Bryant Soule at bryant.soule@us.af.mil.
Moving Bed Biological Reactor System Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract will cover a base year and two option years, focusing on regular maintenance checks, software updates, and emergency repairs to ensure the effective operation of the MBBR system. This procurement is crucial for maintaining the operational efficiency of the Industrial Wastewater Treatment Plant, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure. Interested small businesses must submit their proposals by May 1, 2025, and can direct inquiries to Michelle L. Fike at michelle.l.fike.civ@army.mil or by phone at 717-267-5325.
AFGSC Boilers B5546
Buyer not available
The Department of Defense, through the Air Force Global Strike Command, is seeking quotes for the procurement of two AERCO Platinum BMK-2000 Boilers, as outlined in Request for Quotation (RFQ) FA460825QC049. The boilers must meet specific performance criteria, including a high-efficiency combustion control system and compliance with ASME Energy Star ratings, ensuring they operate at a minimum efficiency of 94.6%. This procurement is critical for maintaining operational efficiency and environmental compliance within the Air Force's facilities. Interested vendors must submit their quotes by May 1, 2025, at 1:30 PM CDT, and should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
VLSB 26-0011 Building 825 Chiller and Boiler Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of chillers and a boiler at Building 825, Shaw Air Force Base, South Carolina. The project aims to replace existing chillers and a boiler in accordance with the Statement of Work dated November 5, 2024, with the replacement equipment being provided as government-furnished. This repair is critical for maintaining operational efficiency and ensuring the proper functioning of climate control systems within the facility. Interested contractors must submit their bids by May 14, 2025, with a project magnitude estimated between $250,000 and $500,000, and are encouraged to contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381 for further inquiries.
Flow Waterjet Preventative Maintenance and Emergency
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors for a Flow Waterjet Preventative Maintenance and Emergency Service Contract at Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure the efficient operation of a Flow Waterjet model through routine preventative maintenance and emergency repairs, as outlined in the attached Performance Work Statement (PWS). This service is critical for maintaining production capabilities at the depot, emphasizing adherence to quality, safety, and environmental standards. Interested firms must have an active registration in SAM.gov and submit a capability statement within 15 days of this notice. A Pre-Solicitation Meeting with Industry is scheduled for May 5, 2025, at 9:30 AM EST, where potential offerors can review requirements and ask questions. For further inquiries, contact Marissa Brodi at marissa.c.brodi.civ@army.mil or call 570-615-6442.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
Pressure Tank Inspection and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on Pressure Tank Inspection and Maintenance services within the USAG Bavaria footprint in Germany. The contractor will be responsible for providing preventive maintenance, technical safety inspections, and emergency repairs for pressure systems, including compressed air tanks and expansion vessels, while ensuring compliance with German safety regulations and obtaining necessary certifications from authorized organizations like TÜV or DEKRA. This contract is crucial for maintaining operational safety and compliance within military facilities, with services required from July 1, 2025, to June 30, 2028. Interested contractors should direct inquiries to Derrick Reynolds at derrick.l.reynolds2.civ@army.mil, with questions due by 1700 on April 17, 2025.
LC-777-Steam Plant-Repair Boilers 3 and 4 Burners, JEB Little Creek - Fort Story Base, Little Creek Site
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Boilers No. 3 and No. 4 at the LC-777 Steam Plant located at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The project aims to enhance boiler performance by addressing airflow imbalances and soot accumulation, which have resulted in reduced steam capacities, through a series of inspections, airflow modeling, and necessary repairs. This initiative is crucial for maintaining operational efficiency and safety within military facilities, ensuring reliable steam production for various applications. Interested contractors must submit their proposals by May 20, 2025, following a site visit on May 13, 2025, with an estimated project cost ranging from $250,000 to $500,000. For further inquiries, contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or call 757-462-1023.