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
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    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.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Thermostat, Flow (NSN: 6685-01-168-2426TP) as part of contract FD20302500817. The procurement aims to ensure the functionality and reliability of critical components used in B-52 aircraft, which are essential for maintaining operational readiness. Interested contractors must adhere to specific requirements outlined in the Performance Work Statement, including compliance with quality control measures and reporting obligations, with proposals due by December 26, 2025, at 3:00 PM. For further inquiries, potential bidders can contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Vertical steam heaters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide vertical steam heaters under a total small business set-aside contract. The procurement aims to acquire these heaters, which are essential for various military applications, ensuring efficient heating solutions in operational environments. The place of performance for this contract is located at 1 C Tree Rd, McAlester, OK 74501, MCAAP. Interested parties should reach out to Mike Fabry at mike.j.fabry.civ@army.mil or call 918-420-6580 for further details regarding the solicitation process.