Awarded ContractCombined Synopsis/Solicitation

York Chiller,REPLACE WIRING HARNESSES ON BOTH CIRCUITS ON CHILLER

DEPT OF DEFENSE F800CHILLER-EW
Total Obligated
$35,481
SAM.gov
Current Recipient
JOHNSON CONTROLS FEDERAL SYSTEMS, LLC Rockville MD USA
Dec 11, 2025
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to replace wiring harnesses on both circuits of a York chiller at Vance Air Force Base in Enid, Oklahoma. The project involves comprehensive repairs, including the replacement of drain and feed valves, oil separator sight glasses, and the necessary refrigerant management, with a requirement for a one-year warranty on the completed work. This procurement is crucial for maintaining operational efficiency and safety of the chiller system, which is vital for climate control in military facilities. Proposals must be submitted electronically by November 12, 2025, at 10 A.M. CST, and interested parties should contact Betty S. Kliewer or Jay Woolsey for further details, ensuring compliance with all outlined requirements, including registration with the System of Award Management (SAM).

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
J041
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

5 Files
WAGE DETERMINATION.pdf
PDF74 KB11/3/2025
AI Summary
This government file, Wage Determination No.: 2015-5857, Revision No.: 17, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contract employees in Garfield County, Oklahoma. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded on or after specific dates in 2025, with annual adjustments. The document specifies various occupational categories, including Administrative Support, Automotive Service, Food Preparation, Health, and Information Technology, along with their respective hourly wage rates. It also mandates fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions for computer employees, night/Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances are included. The document also describes the conformance process for unlisted job classifications.
FN-TMP-12 Vendor Authorization Request Template.pdf
PDF521 KB11/3/2025
AI Summary
The ASRC Federal Vendor Authorization Request outlines instructions for domestic vendors to register and maintain their information within the Costpoint system. It details requirements for taxpayer identification (EIN, SSN, ITIN), legal and business names, and contact information, emphasizing the importance of accurate data for payment and compliance. Vendors must provide identifiers like UEI, DUNS, and CAGE codes, and classify their entity type, size, and business classifications. The document also addresses electronic payment enrollment via Corpay and outlines conditions for exemption from backup withholding and FATCA reporting. A dedicated section covers modifications to existing vendor records, requiring documentation for changes to addresses, contact information, legal name, or Tax ID. Certification requires a digital or wet ink signature, confirming the accuracy of provided information and U.S. person status.
General Terms and Conditions Commercial POs and Subcontracts Form.docx
Word77 KB11/3/2025
AI Summary
ASRC Federal Holding Company's General Provisions for Commercial Items (PR-TMP-12) outlines the comprehensive terms and conditions governing purchase orders and subcontracts. Effective June 13, 2025, the document covers crucial aspects such as contract acceptance, applicable laws (Maryland), assignment, and change management. It details provisions for commercial computer software, compliance with various federal and state laws, and confidentiality. Key clauses address default and cancellation, dispute resolution, intellectual property, and indemnification, ensuring protection for Buyer. The document also specifies requirements for timely performance, inspection, packing and delivery, payment terms, and warranties for goods and services. Overall, it establishes a robust legal framework for commercial agreements, safeguarding both parties' interests in federal and state contracting contexts.
Annual Commercial Products and Services Reps Certs Form (2).docx
Word88 KB11/3/2025
AI Summary
The Annual Commercial Products & Services Representations and Certifications (PR-TMP-01) (Rev 10.0) form is essential for Offerors/Sellers seeking procurement funded by U.S. Government contracts through ASRC Federal and its subsidiaries. Effective October 1, 2025, this document ensures compliance with U.S. policies, requiring certification of various representations. Failure to complete this form can lead to rejection of bids or proposals. Key sections include acknowledgements of accuracy, electronic signature permissions, and business declarations covering entity details, employee count, addresses, DUNS, SAM UEI, Federal Tax ID, CAGE Code, common parent information, business type, and NAICS codes. It also requires the Offeror/Seller to specify their business size and socio-economic category. Part A, applicable to all Offerors, mandates disclosures regarding executive compensation and adherence to FAR 52.204-10, particularly for awards exceeding $40,000. Part B, for those not registered in SAM, includes certifications regarding payments to influence federal transactions (FAR 52.203-11), covered telecommunications equipment or services (FAR 52.204-26), and debarment, suspension, and other responsibility matters (FAR 52.209-5). Additionally, it addresses disclosures for ownership or control by a terrorist country (252.209-7001) and foreign government (252.209-7002) for Department of Defense contracts. The document stresses that false certifications can lead to penalties and contract termination.
SOW F800 Chiller August 2025.pdf
PDF178 KB11/3/2025
AI Summary
This Statement of Work outlines the requirements for chiller repair at Vance Air Force Base, Oklahoma. The contractor is responsible for furnishing all necessary supervision, labor, equipment, and materials to troubleshoot and complete specific repairs on Chiller F800, including replacing wiring harnesses, drain and feed valves, and oil separator sight glasses. This will involve refrigerant removal, repair, recharging, and system startup. The contractor must provide a one-year warranty, adhere to prevailing wage rates for Garfield County, and submit proposals valid for at least 180 days. All work must be coordinated with AFFS Construction Management, completed within 30 calendar days after starting work, and comply with safety, environmental, and

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 3, 2025
deadlineResponse DeadlineNov 12, 2025
awardAwarded to JOHNSON CONTROLS FEDERAL SYSTEMS, LLC Rockville MD USADec 11, 2025
expiryArchive DateNov 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA3029 71 FTW CVC

Point of Contact

Name
Betty S. Kliewer

Place of Performance

Enid, Oklahoma, UNITED STATES

Official Sources