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
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified 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, including preventive and corrective maintenance, operational attendance, and compliance with Air Force regulations. This service is critical for ensuring 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
Apr 10, 2025, 11:05 PM UTC
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.
Apr 10, 2025, 11:05 PM UTC
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.
Apr 10, 2025, 11:05 PM UTC
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.
Apr 10, 2025, 11:05 PM UTC
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.
Apr 10, 2025, 11:05 PM UTC
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.
Apr 10, 2025, 11:05 PM UTC
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
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.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all management, tools, supplies, equipment, parts, and labor necessary to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure continuous and safe operation, adhering to established safety codes and standards. This procurement is critical for maintaining operational safety and efficiency of essential infrastructure at the military facility, with a contract period commencing on October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 24, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
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.
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 its Rome Research Site in New York. This project, valued between $5 million and $10 million, involves the complete installation of new steam boilers, along with necessary upgrades to fire protection, plumbing, and electrical systems, ensuring compliance with federal standards and environmental regulations. The initiative reflects the government's commitment to enhancing infrastructure and operational efficiency at military installations. Interested small businesses must submit their bids electronically by the specified deadline, with a bid guarantee of 20% of the bid price required, and are encouraged to contact Tabitha Haggart at tabitha.haggart@us.af.mil for further inquiries.
Sources Sought Announcement - FY25/26 B-21 Construction Projects - Ellsworth AFB, SD - Boilers
Buyer not available
The Department of Defense, through the US Army Corps of Engineers, Omaha District, is conducting a Sources Sought announcement to identify potential sources for boiler equipment needed for three B-21 construction projects at Ellsworth Air Force Base, South Dakota. The procurement focuses on Advanced Thermal Hydronics (ATH) KN Series Boilers, which are preferred due to their suitability for the region's windy conditions and existing technician familiarity, with estimated costs for the equipment ranging from $25,000 to $400,000 per project, totaling approximately $600,000. This initiative is part of the integrated B-21 weapons system beddown and aims to enhance operational efficiency while adhering to DoD construction standards. Interested vendors must submit their capabilities statements by April 30, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil.
Hydrant Area C Refueling Facilities
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the upcoming Hydrant Area C Refueling Facilities project at Fairchild Air Force Base in Spokane, Washington. This project aims to construct a Type III jet fuel hydrant system to enhance the fueling capabilities for the Washington Air National Guard, which currently lacks adequate facilities to support its missions. The anticipated contract will be a firm fixed-price design-bid-build construction project, with a magnitude between $25 million and $100 million, requiring 100 percent payment and performance bonds. Interested firms must submit a capabilities package by May 7, 2025, to Michael Saldana at michael.e.saldana@usace.army.mil, and ensure they are registered in the System for Award Management (SAM) to be eligible for government contracts.
Repair Valves/Hydrants Base Wide
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair of Valves and Hydrants Base Wide project at Shaw Air Force Base in South Carolina. The project involves upgrading twenty-nine fire hydrants, including the removal of old hydrants, installation of new models with isolation valves, and compliance with fire safety codes, all within a timeline of 111 calendar days post-notice to proceed. This initiative is crucial for maintaining fire safety infrastructure and ensuring operational readiness at the base. Interested small businesses must submit their bids by May 12, 2025, at 2:00 PM EST, and can direct inquiries to SrA Tariq Ellis at tariq.ellis@us.af.mil or 803-895-9822.
Sewer Cleaning and Inspection Services - FAIRCHILD AFB, WA
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is seeking quotes for Sewer Cleaning and Inspection Services at Fairchild Air Force Base (AFB) in Washington. The contract, designated as a Total Small Disadvantaged Business Set-Aside, requires contractors to provide labor, materials, and equipment for the cleaning and inspection of the sanitary sewer system, with the goal of maintaining system capacity and ensuring compliance with environmental regulations. This service is critical for maintaining the operational integrity of the base's waste management systems. Quotes are due by April 28, 2025, and interested parties should contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.
Replace Hot Water Heaters Bldg 30
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of hot water heaters in Building 30 at the Cheyenne Regional Airport, Wyoming. The project aims to repair and restore functionality to electric and natural gas hot water heaters to support the mission of the 153rd Force Support Squadron, adhering to health and safety regulations. This procurement is part of a broader initiative to maintain military infrastructure and support small businesses, as it is set aside for total small business participation under the SBA guidelines. Interested contractors must submit their proposals by April 29, 2025, at 10:00 AM, and can direct inquiries to Christopher Davalos at christopher.davalos.1@us.af.mil or Kristopher K. Kahle at kristopher.kahle@us.af.mil for further information.
Repair Fire Suppression
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of fire suppression systems at the 153d Airlift Wing located at Cheyenne Regional Airport in Wyoming. The contractor will be responsible for conducting visual inspections, replacing mechanical seals and solenoid valves on fire pumps, and ensuring the system's operational integrity through comprehensive testing and client approval. This project is critical for maintaining safety standards and operational readiness of fire protection systems within government facilities. Interested small businesses must submit their proposals by May 6, 2025, and can contact Kristopher Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil for further information.