Building 6426 Fire Station One Boiler
ID: FA460825QC015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Heating Equipment (except Warm Air Furnaces) Manufacturing (333414)

PSC

INDUSTRIAL BOILERS (4410)

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 soliciting quotes for the procurement of a condensing natural gas-fired boiler for Building 6426 Fire Station One located in Fort Johnson, Louisiana. The contract, designated as FA460825QC015, is set aside exclusively for small businesses and requires the boiler to meet specific technical characteristics, including a 20.1 turndown ratio, a stainless steel heat exchanger, and an operating efficiency of at least 94.6%, along with compliance to strict emissions standards. This procurement is crucial for ensuring efficient and reliable heating operations at the fire station, with quotes due by 1:30 PM CST on March 6, 2025. Interested vendors should contact SrA Isaac Demmers at isaac.demmers@us.af.mil or Tiffany Collazo at tiffany.collazo.2@us.af.mil for further inquiries.

    Files
    Title
    Posted
    The document outlines the Request for Quotation (RFQ) FA460825QC015, which adheres to Simplified Acquisition Procedures per FAR 13. It establishes requirements for vendors wishing to submit quotes, emphasizing the need for registration in the System for Award Management (SAM). Key instructions include clear identification of any exceptions to solicitation terms, providing technical details of the products offered, and including the brand name specific to the requirement. Evaluation criteria consist of price assessment and technical evaluations for the lowest three offers, ensuring compliance with government standards. Notably, the document incorporates various Federal Acquisition Regulation (FAR) clauses that dictate compliance with laws, ethics, and safety protocols. It mandates that contractors adhere to health and safety standards on government installations and stipulates that contractor personnel must obtain identification and access passes when working onsite. Overall, the RFQ serves to guide companies through the bidding process for government contracts while ensuring transparency, compliance, and rigorous evaluation of submitted offers.
    The file outlines the salient characteristics for the heating package of Boiler Pump Skid designated for Building 6426 Fire Station One, dated January 30, 2025. It specifies that the condensing natural gas-fired boiler must be skid-mounted, featuring a 20.1 turndown ratio, a stainless steel heat exchanger, and operating efficiency of at least 94.6%. The design mandates advanced combustion control systems for optimal air/fuel ratios and real-time oxygen level monitoring. The boiler must meet strict emissions standards, including a Low NOx burner compliant with Environmental Protection Agency regulations. Additionally, the document details requirements for startup, testing, and training services to ensure proper installation and operation. The manufacturer will provide warranties covering the heat exchanger, burner, and control system, alongside an operations manual and a list of spare parts. This document serves as a guideline for potential contractors to meet federal and environmental standards while ensuring efficiency and reliability in heating operations for the fire station.
    The document identified as FA460825QC015 Attachment 3 pertains to a specific federal contracting initiative. It outlines the requirements and guidelines for submitting a proposal related to federal grants and RFPs. The primary purpose of this attachment is to provide potential contractors with detailed information on the scope of work, eligibility criteria, submission deadlines, and evaluation criteria for proposals. Key points include a focus on compliance with federal regulations, the necessity of meeting certain performance standards, and instructions for properly formatting and submitting bids. The attachment emphasizes transparency in the procurement process and encourages participation from local entities to foster community engagement. As part of the overarching federal grant framework, this document serves as a crucial tool for organizations seeking to secure funding and contract opportunities while aligning with government objectives and priorities. Overall, it highlights the government's commitment to structured and fair contracting practices.
    This document is a combined synopsis/solicitation, requesting quotes for the purchase of one AERCO BMK 1500 Benchmark Boiler for use by the 2d Civil Engineering Squadron at Barksdale Air Force Base, Louisiana. The Request for Quotation (RFQ), numbered FA460825QC015, falls under the Small Business Administration's definition as it reserves the procurement exclusively for small businesses, classified under NAICS code 333414. The solicitation is effective from January 17, 2025, and allows for cancellation by the government at any time without reimbursement for incurred costs. Quotes are due by 1:30 PM CST on March 6, 2025. The solicitation includes attachments outlining the provisions, clauses, and the specific technical requirements for the boiler. Contacts for further inquiries are provided, including a Contract Specialist and a Contracting Officer. Overall, the document serves the purpose of facilitating a targeted procurement process in compliance with federal acquisition regulations, promoting small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    *UPDATED* FE Warren 2x KN-16 & 1x KN-30 Boiler
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting bids for the procurement of two KN-16 boilers and one KN-30 boiler for use at FE Warren Air Force Base in Wyoming. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the government's commitment to supporting economically disadvantaged groups. These boilers are essential for maintaining operational efficiency and heating requirements at the base, reflecting the importance of reliable industrial boiler systems in military facilities. Interested contractors must acknowledge the solicitation amendments and submit their bids by the extended deadline of March 14, 2025, with inquiries directed to Shane Yurkus at shane.yurkus@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Boilers for DDSP - SP3300-25-Q-0085
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking quotes for the procurement of commercial boilers, specifically the Lochinvar model KBX0500N-M13, under solicitation SP3300-25-Q-0085, which is set aside exclusively for small businesses. The selected contractor will be responsible for delivering two units to DLA Distribution Susquehanna, Pennsylvania, within 30 days after receipt of the order, on a firm-fixed-price basis. This procurement is crucial for ensuring reliable logistics support within the Department of Defense, emphasizing the importance of small business participation in government contracts. Interested contractors must submit their quotes by March 4, 2025, and direct any questions to Michael French at michael.s.french@dla.mil, while ensuring compliance with all relevant Federal Acquisition Regulation (FAR) clauses and registration in the System for Award Management (SAM).
    Temporary Boiler Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of temporary boiler systems at the U.S. Military Academy in West Point, New York. The procurement involves providing labor, materials, and supervision for the installation and operation of an 800hp steam boiler for two buildings, with operational timelines from March to June 2025. This initiative is crucial for maintaining operational integrity and safety at the Academy, ensuring that essential infrastructure projects are executed effectively. Interested small businesses, particularly Women-Owned Small Businesses and service-disabled veteran-owned companies, should submit their proposals electronically, including a detailed specification sheet and firm-fixed pricing, by the specified deadlines. The total estimated contract value is $19 million, and a mandatory site visit is scheduled for March 5, 2025. For further inquiries, contact Lakenia M. Brown at lakenia.m.brown.civ@army.mil or call 520-687-8138.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility, while also supporting small business participation through a total small business set-aside. Interested contractors must submit their bids by March 6, 2025, and are encouraged to attend a site visit on February 21, 2025, for further insights into the project requirements. For additional information, contractors may contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Chiller B3433
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of a 140-ton Trane Ascend Chiller under Solicitation FA460825QC014, with a total small business set-aside. The procurement aims to replace an existing chiller at Barksdale Air Force Base in Louisiana, with specific requirements outlined in the solicitation documents, including updated voltage specifications and performance characteristics. This chiller is critical for maintaining HVAC systems within military facilities, ensuring operational readiness and energy efficiency. Interested vendors must submit their quotes by March 3, 2025, and can direct inquiries to SrA Darrell Gomba at darrell.gomba@us.af.mil or 318-456-4841.
    HVAC Repair B4012
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Condenser Unit 15 at Building 4012, Joint Base San Antonio-Fort Sam Houston, Texas. This procurement is a combined synopsis/solicitation set aside for small businesses under NAICS code 238220, focusing on HVAC repair services, which are critical for maintaining operational efficiency in military facilities. Interested contractors must submit their quotes via email by March 3, 2025, following a mandatory site visit on February 25, 2025, and ensure compliance with all technical requirements, including a one-year warranty on materials and workmanship. For further inquiries, potential bidders can contact Charles Woyome at charles.woyome.2@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    HAFB Boiler Chemicals
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of boiler chemicals and water treatment reagents at Hill Air Force Base in Utah. The contract, designated as a Total Small Business Set-Aside, aims to secure essential industrial water treatment chemicals necessary for maintaining efficient steam boiler operations, with a five-year ordering period and potential extensions. This procurement is critical for ensuring compliance with safety and environmental regulations, as well as maintaining operational efficiency at the facility. Interested vendors should contact Odalys Molina at odalys.molina@us.af.mil or by phone at 801-777-3536 for further details and to submit proposals in accordance with the outlined requirements.
    FY25 AERCO Single wall heat exchanger for SP150
    Buyer not available
    The Department of Justice's Federal Bureau of Prisons is soliciting bids for the acquisition of four AERCO Single wall heat exchangers to replace existing components at the Federal Correctional Complex in Florence, Colorado. The procurement requires delivery within 45 days of contract award, and all quotes must include shipping costs, adhering to a firm-fixed pricing model and evaluated using a Lowest Price – Technically Acceptable (LPTA) method. This solicitation is critical for maintaining operational efficiency within the facility, ensuring compliance with federal procurement protocols. Interested vendors must submit their quotes by March 7, 2025, at 4:00 PM Mountain Time, and can contact Steven Dennison at sdennison@bop.gov or 719-784-5744 for further information.
    Industrial High Temperature Heater System
    Buyer not available
    The Department of Defense, specifically the Army's Combat Capabilities Development Command - Armaments Center (DEVCOM-AC), is seeking to procure an Industrial High Temperature Heater System to upgrade the supersonic wind tunnel located in Building 266 at Picatinny Arsenal, NJ. The primary objective of this procurement is to acquire the heater element and ancillary equipment necessary to facilitate the transition of the wind tunnel from supersonic to hypersonic capabilities. This upgrade is critical for simulating the actions of objects in flight, which is essential for various defense applications. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with a proposal deadline extended to March 10, 2025, at 5:00 PM EST. For further inquiries, potential bidders can contact Gloria Thoguluva at gloria.thoguluva.civ@army.mil or Julian Di Leo at julian.m.dileo.civ@army.mil.