Preventive Maintenance and Repair of Heating, Ventilating, Air Conditioning (HVAC) and Industrial Appliances Equipment within USAG Wiesbaden, Germany
ID: W912CM24R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACT =APO, AE, 09005, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

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

    The Department of Defense, through the Regional Contracting Office in Wiesbaden, Germany, is soliciting proposals for a contract focused on the preventive maintenance and repair of Heating, Ventilation, and Air Conditioning (HVAC) systems and industrial appliances at the United States Army Garrison (USAG) Wiesbaden. The contract will be structured as a hybrid fixed-price indefinite delivery/indefinite quantity (IDIQ) agreement, encompassing a base period of six months and four additional ordering years, with services including maintenance, hygienic inspections, and on-demand repairs. This procurement is critical for ensuring the operational efficiency and compliance of HVAC systems within military facilities, adhering to both U.S. and German standards. Proposals are due by 10:00 AM Central European Time on September 13, 2024, and interested contractors must register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Aaron Ritter at aaron.m.ritter.civ@army.mil or Nancy N. Tagu at nancy.n.tagu.ln@army.mil.

    Files
    Title
    Posted
    The document pertains to the Request for Proposal (RFP) W912CM-24-R-0009 concerning the maintenance and repair (M&R) of HVAC systems. It outlines the ordering periods from October 1, 2024, to March 31, 2029, with no specified costs as they remain at $0.00. The document includes a detailed price list for various HVAC systems and components, categorized by ventilation supply and exhaust systems, air handling units (AHUs), condensers, water chillers, and more, with corresponding capacities and quantities. Supporting details include fixed pricing for maintenance tasks such as preventive maintenance, hygiene inspections, density checks, and inventory labeling, which are performed according to the Performance Work Statement. The emphasis is on adherence to regulated standards and the operational efficiency of HVAC systems. The systematic breakdown of equipment types and service expectations demonstrates the proposal’s focus on technical specifications, essential for ensuring compliance and performance in federal contracting engagements. Overall, this RFP highlights the government's ongoing commitment to maintaining efficient HVAC infrastructure while outlining clear expectations for contractors.
    The document pertains to a detailed inventory and assessment of various air conditioning and ventilation systems located at Clay Kaserne. It comprises a comprehensive list of units, including model numbers, installation details, maintenance intervals, and specifications related to cooling capacities and refrigerants used, predominantly by brands like Mitsubishi and Daikin. The data is systematically organized by building, location, and unit type, showcasing a variety of systems such as split units, chillers, and air handling units, with mentions of necessary maintenance schedules and compliance with environmental standards concerning refrigerants. This inventory serves as a critical resource for the management and upkeep of HVAC infrastructure, potentially linked to government funding and contracts aimed at ensuring efficient operations and regulatory adherence. The document supports planning for repairs, replacements, and optimization of energy consumption within the facility.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures the U.S. Government will employ to ensure acceptable performance in the Preventive Maintenance and Repair of HVAC systems at USAG Wiesbaden, Germany. This plan specifies the scope of services required, which includes preventive maintenance and on-demand repairs for HVAC and industrial appliances, compliance with relevant German standards, and contractor accountability for quality control. Key elements include the establishment of performance objectives and standards, monitoring roles and responsibilities, and detailed methods for government surveillance of contractor performance. The surveillance methods include 100% inspections, periodic sampling, and customer feedback. The QASP also addresses non-conforming performance, corrective action requests (CARs), and data analysis for performance improvement. The document serves as a living guideline, permitting modifications based on observed trends and performance assessments. It emphasizes a structured approach to contractor oversight, ensuring compliance with quality standards while safeguarding mission objectives. By maintaining open communications and documentation, the QASP keeps the government and contractor aligned on performance expectations and accountability throughout the contract duration.
    The Instructions for Form W-14 outline requirements for foreign contracting parties receiving federal procurement payments in compliance with Section 5000C, which imposes a 2% tax on such payments. Foreign entities leveraging U.S. contracts initiated after January 2, 2011, must submit Form W-14 to the acquiring agency to establish foreign status and claim exemptions from withholding under international agreements or for goods/services performed in the U.S. The form must be provided before payment and updated within 30 days of any change in circumstances. Notably, Form W-14 is not required in specific scenarios, such as when payments exceed certain thresholds or fall under emergency acquisition provisions. The form contains sections for identifying the contracting party and acquiring agency, claiming exemptions based on international agreements, and providing relevant contract details, including total price and nonexempt amounts. The instructions also provide definitions for key terms, like acquiring agency and specified federal procurement payment. Overall, the document serves to facilitate compliance with federal tax obligations for foreign contractors as part of the procurement process, ensuring proper documentation and potential tax relief avenues under applicable treaties and agreements, thus impacting government RFPs and contracts with foreign entities.
    Form W-14, issued by the Department of the Treasury and the Internal Revenue Service, is a certificate required from foreign contracting parties receiving federal procurement payments. The form serves to establish the identity of the contracting party and the acquiring agency, and it must be submitted to the agency, not the IRS. The form is structured into multiple parts: Part I gathers identification details of the foreign contractor and the U.S. agency, including names, addresses, taxpayer identification numbers, and contract numbers. Part II allows for exemptions based on international agreements, while Part III focuses on exemptions derived from specific procurement agreements or U.S.-produced goods/services. Part IV requires explanations justifying any claimed exemptions or specific allocations of exempt and nonexempt amounts by item. The final section, Part V, includes certifying statements that the information provided is accurate, and it outlines the contractor's responsibilities related to taxes due under section 5000C. This document is essential for compliance in federal contracts involving foreign entities, ensuring that tax regulations are appropriately observed while facilitating international procurement transactions.
    The document outlines the information required for references to be submitted with proposals for the contract W912CM-24-R-0009, focused on Maintenance and Repair (M&R) of HVAC Systems. Vendors must provide details about each reference, including the organization's name, address, contract number, award date, work dates, total contract amount (minimum €750,000), and contact information for technical and purchasing representatives. Additionally, a comprehensive description of the contract's scope, complexity, and any performance issues or litigation must be included. The current status of the contract must also be indicated, with options including on schedule, behind schedule, or completed, among others. This structured requirement is crucial for assessing a vendor's experience and reliability in fulfilling HVAC system contracts under federal and local RFPs, ensuring that only qualified bidders are considered for the project.
    The US Army Contracting Command seeks non-personal services for HVAC systems maintenance, including preventive checks, hygiene inspections, density checks, inventory management, and on-call repairs at various military sites in Germany over a four-year period. The contract, to be awarded on a lowest-price technically acceptable basis, offers four ordering periods, with work scheduled to begin in mid-September 2024. Firms interested in bidding must register on SAM.gov and attend a site visit, with proposals due on 6 September 2024. The selected contractor will adhere to stringent technical requirements and provide certified personnel for specialised tasks, with payment processed electronically through the Procurement Integrated Enterprise Environment. This procurement undergoes ACE regulations and contractors must comply with security protocols for access to US installations.
    This government document serves as an amendment to a solicitation (W912CM24R0009), extending the deadline for RFQ submission from September 6 to September 13, 2024. It outlines procurement procedures for a competitive solicitation for HVAC maintenance and repair services under the authority of FAR and DFARS regulations. Key modifications include that small business standards do not apply, proposals must be submitted via email only, and late submissions rules are clarified. The amendment also specifies proposal evaluation criteria based on Technical Qualifications, Supplier Performance Risk, and Price. Detailed submission instructions are provided, including page limits, format, and required certifications. The document stresses the importance of adhering to submission protocols, mentioning that failure to comply may result in disqualification. Moreover, it reiterates the requirement for contractor registration in the System for Award Management (SAM) prior to contract award. This consolidation of information is essential for potential contractors to prepare compliant and competitive proposals while ensuring transparency and fairness in the government procurement process.
    The document outlines a federal solicitation (W912CM24R0009) for contracting services related to HVAC (heating, ventilation, and air conditioning) maintenance and repair in Wiesbaden, Germany, under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework. It specifies that proposals are due by 10:00 AM Central European Time on September 13, 2024. Providers will submit proposals via email, with proposals evaluated based on technical qualifications, experience, and pricing. The solicitation states the maximum and minimum contract values, details the necessary qualifications and certifications for personnel, and emphasizes the importance of compliance with local labor laws. An extensive proposal format is required, where submissions must include certain certifications, technical approaches, and pricing information. The document also reinforces the significance of timely submission and adherence to instructions outlined within it, as well as potential penalties for failure to comply. A site visit is scheduled for August 26, 2024, to help prospective bidders better understand the requirements. This RFP highlights the streamlined acquisition process, focuses on the lowest price technically acceptable basis for selection, and encourages small and disadvantaged businesses to apply, underscoring the federal government's commitment to inclusivity in procurement.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract focused on the preventive maintenance and repair of HVAC systems and industrial appliances at USAG Wiesbaden, Germany. The contractor is responsible for providing maintenance, density checks, inspections, and necessary repairs while adhering to U.S., German, and industry standards. Key requirements include establishing a Quality Control Plan (QCP) for service compliance, maintaining accurate documentation, and ensuring staff qualifications. Additionally, the contractor must manage project logistics, including travel to various installations within the garrison. The document specifies security protocols, including personnel screening and compliance with installation access requirements. Furthermore, it emphasizes the importance of environmental compliance and safety training programs to ensure adherence to regulations. Overall, the PWS is structured to ensure that the contractor provides a comprehensive maintenance solution while safeguarding government property and personnel, reflecting the objectives of federal RFPs aimed at maintaining operational efficiency within government facilities.
    Similar Opportunities
    Appliance Repair Services for US Army Garrisons in Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for appliance repair services at U.S. Army Garrisons in Germany under Solicitation Number W564KV-24-R-0048. The contract aims to provide maintenance and repair services for domestic appliances in Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH), ensuring that military personnel and their families have access to functional household equipment. This procurement is critical for maintaining the quality of living conditions for service members stationed in Europe, with a focus on compliance with federal regulations and standards. Proposals must be submitted electronically by September 20, 2024, with inquiries directed to Shea Korth at shea.korth2.civ@army.mil or Naziha Djeriouat at naziha.djeriouat.ln@army.mil.
    Preventive Maintenance & Repair of Heating and Ventilation System in Yongsan Cluster
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the preventive maintenance and repair of heating and ventilation systems in the Yongsan Cluster, Korea. The procurement aims to ensure efficient operation and compliance with safety standards for HVAC systems, including specific tasks outlined in the Performance Work Statement (PWS) and various technical exhibits. This contract is critical for maintaining operational integrity in military facilities, with a focus on timely service delivery and adherence to regulatory requirements. Interested vendors must submit proposals by the extended deadline of September 19, 2024, and can contact Han Chin Ok at chinok.han.ln@army.mil or Chongnak Kim at chongnak.kim.ln@army.mil for further information.
    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.
    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.
    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.
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    Maintenance Services to Residential Air Condition Units
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Warsaw, Poland, is seeking quotations for maintenance services for approximately 950 air conditioning units located in residential and office properties. The procurement involves an indefinite-delivery, indefinite-quantity contract for a one-year period, with the intention of making multiple awards to qualified bidders who submit acceptable offers at the lowest prices. This maintenance service is crucial for ensuring the operational efficiency and compliance of air conditioning systems with local regulations and safety standards. Interested contractors must submit their detailed technical and pricing proposals electronically by September 23, 2024, and comply with SAM registration requirements to avoid disqualification. For further inquiries, potential bidders can contact Michael B. Rigby or William T. Adkins at warsawproc@state.gov or by phone at +48 225 042 470.
    Cordell Hull HVAC Replacement
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Nashville District, is soliciting proposals for the replacement of HVAC systems at the Cordell Hull Resource Manager’s Office and Visitor Center in Carthage, Tennessee. The procurement involves the supply and installation of one 10-ton and one 7.5-ton HVAC unit, along with additional equipment such as carbon dioxide detectors, temperature sensors, and controllers, all under a Total Small Business Set-Aside. This initiative is crucial for enhancing facility management and ensuring compliance with safety regulations, with a contract completion timeline of 60 calendar days from the award date. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024, for which prior registration is required. For further inquiries, contact Jamie Lynn Barnes at jamie.l.barnes@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    BLUE GRASS ARMY DEPOT: HVAC SERVICES
    Active
    Dept Of Defense
    The Department of Defense, through the Blue Grass Army Depot (BGAD) in Richmond, Kentucky, is seeking qualified contractors to establish Master Blanket Purchase Agreements (BPAs) for HVAC services, including preventative maintenance and repair/replacement of various HVAC equipment. The procurement aims to ensure rapid response capabilities to prevent operational failures at BGAD, with a focus on specialized equipment such as refrigeration systems and industrial cooling units. Interested small businesses must submit their capability statements, including service response times and pricing, by September 30, 2024, with a maximum BPA limit of $750,000 and individual calls not exceeding $249,000. For further inquiries, contractors can contact Conner McCracken or Jeremy Turner via the provided email addresses.
    PBA Server Room HVAC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking proposals from qualified small businesses for the procurement of two packaged HVAC heat pump units to be delivered to Pine Bluff Arsenal (PBA) in Arkansas. The contract will be a Firm-Fixed-Price (FFP) purchase order, with the contractor responsible for the start-up of the units after installation by PBA. This procurement is critical for maintaining operational efficiency in military facilities, ensuring compliance with industry standards for air conditioning equipment. Interested contractors must submit their quotes electronically by September 19, 2024, at 0900 CT, and can direct inquiries to Greg Brown or John Fotos via their provided email addresses.