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
    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.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    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.
    Stockton Outpatient Clinic Boiler Plant Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler plant maintenance services at the Stockton Outpatient Clinic, part of the VA Northern California Health Care System. The contractor will be responsible for comprehensive maintenance, including burner management systems, boiler inspections, preventative maintenance, and emergency call-back services, ensuring compliance with NFPA codes, TJC standards, and OSHA regulations. This maintenance is crucial for the safe and efficient operation of the facility's heating systems, which include specific Cleaver Brooks and Intellihot boiler models. The contract period begins on February 1, 2026, and extends through January 31, 2031, with a total of four option years. Interested parties should contact David J. Alvarez at david.alvarez4@va.gov for further details and must acknowledge receipt of the solicitation amendment by the specified deadline to remain eligible for consideration.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically 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 to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    J041-- Boiler Plant Control Systems Preventative Maintenance Services B+4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Boiler Plant Control Systems Preventative Maintenance Services at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to provide annual maintenance for seven boilers, including semi-annual testing and various technical services such as server and software maintenance, boiler combustion control calibration, and safety switch testing. The contract will span a base year from May 1, 2026, to April 30, 2027, with four optional one-year extensions, and requires a two-hour response time for emergency repairs. Interested parties must submit their quotes by December 15, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025. For further inquiries, contact LaTerrica Sewell at LaTerrica.Sewell@va.gov.
    HVAC Cooling Tower Chemical Sampling and Treatment - Scott AFB
    Buyer not available
    The Department of Defense, through the 375th Contracting Squadron at Scott Air Force Base (AFB) in Illinois, is seeking qualified contractors to provide HVAC cooling tower chemical sampling and treatment services. The procurement involves comprehensive monitoring, sampling, and treatment of water for 13 cooling towers, 124 closed-loop systems, and 27 coupon racks across various facilities at Scott AFB, requiring the contractor to supply all necessary labor, tools, chemicals, and equipment. This contract is crucial for maintaining the efficiency and safety of HVAC systems, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their quotes by December 11, 2025, with a contract performance period extending from the award date through September 30, 2030, including a base year and four option years. For further inquiries, potential bidders can contact Jin Chung at jin.chung.2@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.