Boiler Maintenance
ID: FA462025RA903Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

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, specifically the Department of the Air Force, is seeking small businesses to provide boiler maintenance services at Fairchild Air Force Base in Washington. The contractor will be responsible for comprehensive management and maintenance of hydronic and steam boilers, ensuring compliance with Air Force regulations, conducting preventive and corrective maintenance, and maintaining operational logs and quality control programs. This contract is crucial for maintaining the functionality and safety of heating systems essential for base operations. Proposals are due by May 14, 2025, and interested parties should contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) FA462025RA903, seeking small businesses to provide boiler maintenance services for the 92nd Civil Engineering Squadron. The solicitation emphasizes compliance with specified federal regulations and mandates that all offerors must be registered in the System for Award Management (SAM). Proposals must include a Technical Submission plan and a structured Pricing Schedule detailing service costs over the contract’s five-year duration (including a four-year option). The government will evaluate proposals based on price and past performance, utilizing a subjective trade-off approach. Emphasis is placed on the submission of a plan for continuity of essential contractor services during contingencies. A site visit is scheduled before proposal due date; all submissions are due by May 14, 2025. The RFP highlights that vendors must not provide certain covered telecommunications equipment and ensures adherence to federal law, promoting competitive procurement standards. This acquisition exemplifies the government's commitment to effective service provision while ensuring compliance with regulatory frameworks.
    This document serves as Amendment 0001 to solicitation FA462025RA903, effective May 13, 2025. It addresses inquiries raised during the solicitation process and the pre-proposal site visit. Specifically, it provides the contract number for the incumbent contract, identified as FA462020D0004. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of the amendment, which can be done through specified methods, and are advised that their offer may be rejected if acknowledgment is not received by the stipulated deadline. The contracting officer for this amendment is Paul Blais, ensuring that the solicitation process is conducted in adherence to federal regulations. This amendment is part of the government’s initiative to inform potential contractors and streamline the bidding process while maintaining transparency and compliance.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the operation and maintenance of hydronic and steam boilers at Fairchild Air Force Base, Washington. The contractor is tasked with delivering comprehensive services including preventive and corrective maintenance, operational attendance, and inspections. Key responsibilities include ensuring the functionality of all equipment in compliance with relevant Air Force regulations, maintaining an effective quality control program, and submitting regular reports to the Contracting Officer Representative (COR). The contract stipulates specific attendance requirements, with personnel presence dictated by the operational needs of the boilers. The contractor must respond promptly to service calls and maintain communication regarding any issues that could hinder performance. Additional responsibilities encompass equipment labeling, maintaining detailed operational logs, and performing regular inspections in accordance with established standards. The contractor must also manage hazardous materials in compliance with environmental regulations and is authorized to request necessary repairs exceeding a specified financial threshold. This document serves as a guideline for prospective contractors, detailing their obligations toward maintaining critical heating systems for the base while ensuring safety, compliance, and consistent service delivery throughout the contract period.
    The document outlines a Request for Proposal (RFP) for Monthly Boiler Maintenance Services at Fairchild Air Force Base, covering a Base Year and four Option Years from October 2025 to September 2030. Each contract line item (CLIN) specifies quantities and monthly service commitments, where parts and labor are included but negotiated individually on a firm-fixed price basis. The process of pricing and evaluation is established, incorporating a potential 6-month extension for the Total Evaluated Price (TEP). Non-personal service work is designated for government negotiation as they arise. Separate labor and reimbursable parts rates are also addressed, suggesting flexibility in pricing based on Service Contract Act (SCA) rates, with an emphasis on transparency in labor rates and markups throughout the contract duration. The document serves to formalize the procurement of maintenance services in compliance with defined performance work statements and government regulations. Overall, it indicates the government's strategic planning for ongoing maintenance support while ensuring cost predictability and service quality over the contract period.
    The document FA462025RA903, titled "Wage Determination 2015-5537," pertains to the federal government's wage and labor regulations applicable to certain contracts. It outlines wage rates for various occupations, ensuring compliance with the prevailing wage laws as established by the Department of Labor. The determined wages are vital for contractors participating in federal contracts and grants, ensuring fair compensation for workers. The document consists of 11 pages detailing specific wage rates, job classifications, and necessary provisions for adherence. The primary purpose is to provide guidance on wage requirements to contractors, facilitating equitable labor standards across federal projects. This determination plays a critical role in aligning contractor practices with legal labor frameworks to promote worker rights and uphold labor standards in federally funded initiatives.
    The Fairchild AFB Contractor OPSEC Level 0 Measures document outlines the importance of Operations Security (OPSEC) for contractors working at Fairchild Air Force Base. It emphasizes the necessity to safeguard sensitive military operations and critical information from unauthorized disclosure to prevent adversaries from compromising U.S. military missions. Contractors are responsible for understanding and protecting various categories of critical information, including current operations, logistical data, and emergency response plans, from public exposure. Key responsibilities include avoiding sharing sensitive information on public platforms, taking photographs without authorization, and reporting any suspicious attempts to solicit critical information as potential human intelligence incidents. Contractors must familiarize themselves with designated operational indicators that signify sensitive activities and ensure compliance with established OPSEC measures. Failure to adhere to these protocols can result in severe consequences, including administrative or disciplinary actions. The document serves as a formal guide to help contractors uphold the security protocols essential for maintaining operational integrity and protecting U.S. military interests.
    The document is a Past Performance Questionnaire for prospective contractors providing Boiler Maintenance Services at Fairchild Air Force Base, WA, under Solicitation No. FA462025RA903. It seeks detailed feedback from respondents regarding the performance of contractors in various areas, such as recruitment effectiveness, personnel performance, compliance with timelines, knowledge and experience of employees, and responsiveness to contract changes. Respondents are required to assess contractor performance using a rating scale from "Unsatisfactory" to "Exceptional" and provide comments, particularly for subpar ratings. Key sections include information on contractor and respondent details, evaluation criteria, and questions on specific performance metrics. Submissions must be returned by May 14, 2025, and can be sent via email or mail, with contact information provided for inquiries. This questionnaire serves to evaluate contractors' past performance, directly influencing future contract awards and ensuring a thorough examination of compliance with government standards.
    Lifecycle
    Title
    Type
    Boiler Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Annual Boiler Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Annual Boiler Maintenance Services, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract encompasses semiannual inspections, testing, and preventative maintenance for the Puget Sound VA Medical Center's Seattle and American Lake campuses, ensuring compliance with various safety protocols and national codes. This maintenance is crucial for the operational safety and efficiency of the VA's boiler systems, which are vital for facility operations. Interested vendors must submit their quotes to Derek Crockett at derek.crockett@va.gov by November 25, 2025, with vendor questions due by November 14, 2025. Additionally, all participating businesses must be registered in the System for Award Management (SAM) and verified as SDVOSBs.
    Heat Plant Boiler Tube Repair
    Buyer not available
    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.
    Annual Boiler Mainenance Services
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quotation (RFQ) for Annual Boiler Maintenance Services at the Puget Sound VA Medical Center in Seattle, Washington. This competitive solicitation, designated as 36C26026Q0035, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and aims to ensure the proper maintenance and operation of critical heating systems within the facility. Eligible vendors must be certified in the SBA Dynamic Small Business Search database, have a current or 2025 annual report, confirm VETS-4212 filing, and be registered in the System for Award Management (SAM.gov) with their SDVOSB status represented. The anticipated posting date for the RFQ is on or around October 31, 2025, and interested parties can contact Derek Crockett at derek.crockett@va.gov or 360-816-2760 for further information.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Boiler Water Treatment and Boiler Commissioning Services at the Puget Sound VA Medical Center, Fort Lawton Campus, in Seattle, Washington. This Sources Sought Notice aims to gather information on the availability and capabilities of potential sources to perform water treatment and commissioning for a Crest FBN1251 boiler, ensuring compliance with VA standards and relevant regulations. The services are critical for maintaining efficient boiler operation and adherence to industry standards, including ASME and Washington State regulations. Interested parties are encouraged to submit their capability statements to Derek Crockett at derek.crockett@va.gov by November 14, 2025, at 3:00 PM Pacific Time.
    FDB 78287 - CBR - B20128 Air Handler Refurbishment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the refurbishment of seven air handlers in Building 20128 at Robins Air Force Base, Georgia. The project involves the removal and installation of fan array systems, filter systems, and hot water coils, with a focus on using new OEM-compatible parts and ensuring proper integration with existing systems. This procurement is critical for maintaining operational efficiency and environmental compliance at the facility. Interested small businesses must submit their quotes by October 22, 2025, with an estimated contract value of $19 million and a performance period of six months from the award date. For further inquiries, contact SSgt. Bobby Ballow at bobby.ballow@us.af.mil.
    J045--ANNUAL BOILER Maintenance Base Plus 4 Option Years for ECHCS
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for annual boiler maintenance services at the Eastern Colorado Healthcare System (ECHCS), with a contract duration of one base year plus four option years. The procurement includes comprehensive maintenance, inspection, and testing of four Cleaver Brooks boilers, a deaerator tank, and a condensate/surge tank, ensuring compliance with safety and operational standards. This contract is critical for maintaining the efficiency and safety of boiler operations within the facility, which is vital for patient care and operational continuity. Interested vendors must submit their quotes by November 13, 2025, at 14:00 MT, following a mandatory site visit on November 6, 2025, and should direct inquiries to Contract Specialist Natasha Holland at natasha.holland@va.gov or 303.712.5753.
    Mechanical Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for Mechanical Maintenance Services at the Andrew T. McNamara Headquarters Complex in Fort Belvoir, Virginia. The contractor will be responsible for providing comprehensive management, supervision, labor, tools, equipment, and materials necessary for the maintenance, repair, replacement, installation, and minor construction/alteration of mechanical and refrigeration systems across multiple buildings within the complex. This procurement is a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of maintaining operational efficiency and safety standards in facilities that serve high-ranking officials. Proposals are due by October 17, 2025, and interested parties should direct inquiries to Beverly J. Williams or Odemaris Dekle via their provided email addresses.
    Quintus Warm Forming Press
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for preventative maintenance services for a Quintus Warm Forming Press located at Tinker Air Force Base in Oklahoma. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to ensure the press operates safely and efficiently, adhering to OEM specifications and various Air Force regulations. This maintenance is critical for the continuous operation of the equipment, which plays a vital role in the Air Force's logistics and manufacturing capabilities. The total estimated value of the contract is $12,000,000, with proposals due by November 14, 2025. Interested parties can contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further information.
    J044--Boiler Plant Inspections Programming and Maintenance of Boiler Controls at the Perry Point VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Boiler Plant Inspections, Programming, and Maintenance of Boiler Controls at the Perry Point Veterans Affairs Medical Center (VAMC). This procurement requires professionals to conduct annual, quarterly, and other periodic inspections, as well as scheduled and unscheduled maintenance on boiler systems, with specific qualifications for inspectors and technicians, including certification on MicroMOD MOD30 ML Controllers. The contract is a total small business set-aside under NAICS code 811310, with a performance period of one year, and responses are due by November 25, 2025, at 13:00 Eastern Time. Interested parties can contact Patricia Thai, Contract Specialist, at Patricia.Thai@va.gov for further information.
    J045--Loch Raven Boiler Preventative Maintenance 5 Year IDIQ Request for Proposal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on preventative maintenance, inspections, and repairs of 12 hot water boilers located at the Loch Raven VA Medical Center in Baltimore, MD. The contract aims to enhance the operational efficiency and reliability of the boiler systems, which are critical for maintaining a safe and comfortable environment for veterans and their families. Qualified contractors will be responsible for performing monthly, semi-annual, and annual services, including water treatment and safety device testing, while adhering to strict safety regulations and providing detailed service reports. Proposals are due by November 27, 2025, at 11 AM Eastern Time, and interested parties can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov or by phone at 410-637-1506 for further information.