AC Ductless PM, Repair and Replacement
ID: W912CN25QA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "AC Ductless PM, Repair and Replacement," aimed at providing preventive maintenance, repair, and replacement services for ductless split air conditioning systems at various Army installations in Hawaii. The contractor will be responsible for ensuring compliance with applicable laws and regulations while delivering services that include routine maintenance, emergency repairs, and thorough documentation of work performed, all under a Total Small Business Set-Aside initiative. This contract, valued at approximately $19 million, emphasizes the importance of maintaining high-quality service standards and safety protocols in facility operations. Interested parties must submit their proposals by February 21, 2025, and can direct inquiries to Travis Tonini at travis.c.tonini.civ@army.mil or Melena D. Faxon at melena.d.faxon.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a pricing proposal related to solicitation W912CN-25-Q-A006 for the provision of annual preventive maintenance and emergency repair services for ductless air conditioning units under the Unaccompanied Personnel Housing (UPH) program. It outlines a series of Contract Line Item Numbers (CLINs) detailing various service categories, which include annual preventive maintenance for different tonnage units, routine and emergency repair service calls, and leak testing procedures. Each CLIN indicates a firm fixed price for specified services aimed at ensuring effective maintenance and rapid response to issues. The document emphasizes the division between UPH and Non-UPH services, with specified response times for routine and emergency repairs, and reinforces that accurate cost quotes are the provider’s responsibility. Overall, this pricing sheet aids the government in budgeting for ongoing maintenance and repair costs for air conditioning systems, underscoring the importance of timely maintenance for personnel housing reliability and safety.
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract to provide preventive maintenance, repair, and replacement of Ductless Split air conditioning systems at various Army installations in Hawaii. The contractor is responsible for ensuring compliance with all applicable laws and regulations while delivering services such as routine maintenance, emergency repairs, and documentation of work performed. The PWS includes specific requirements for performance standards, quality assurance, and acceptable quality levels (AQLs) for each service. Key components include the necessity of providing experienced personnel, maintaining safety and environmental compliance, and preparing operational plans for transition phases. Timely reporting and adherence to federal holidays are mandated. Additionally, the contractor must implement training programs related to security and operational safety, further emphasizing the significance of effective management and communication between all parties involved. This contract demonstrates the government's commitment to ensuring efficient facility operations while maintaining high quality and safety standards in service delivery.
    The document outlines a solicitation for commercial products and services tailored to Women-Owned Small Businesses (WOSBs), specifically detailing a contract for AC ductless split preventive maintenance. Key elements include a solicitation number (W912CN25QA006) and an award amount of USD 19,000,000, with a request for proposals due by February 21, 2025. It specifies deliverables focusing on annual preventive maintenance for varying unit sizes and emergency repair services, structured under firm fixed pricing arrangements. The contract is part of the government's initiative to support economically disadvantaged businesses and increase procurement from WOSBs. Inspection and acceptance criteria, as outlined in the statement of work, are crucial for ensuring quality service. The contract emphasizes compliance with federal acquisition regulations, highlighting the importance of secure and efficient operations in government contracting processes. This solicitation reflects the federal commitment to fostering inclusion and diversity within government contracting, specifically through outreach to women-owned enterprises.
    The Directorate of Public Works maintains a comprehensive Ductless Split Air Conditioning Equipment List, updated on February 22, 2010. This detailed inventory catalogs various ductless air conditioning units located across different buildings, specifying the manufacturer, model, serial number, tonnage, and identification numbers for each unit. The list includes brands such as Mitsubishi, Carrier, Fujitsu, and Friedrich among others, with multiple entries denoting specific units in buildings designated by their codes (e.g., FS, SB, WAAF). The primary purpose of this document is to serve as an official reference for the equipment available for installation and maintenance, facilitating effective management and replacement of air conditioning units as needed. It underscores the importance of accurate tracking of HVAC equipment for operational efficiency and adherence to governmental standards, especially relevant in contexts where federal grants and RFPs might apply for procurement and services associated with facility management. The documentation reflects a systematic structure addressing each unit's specifications, thereby ensuring clarity and compliance with regulatory protocols in facility operations.
    The document outlines the wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5689, Revision No. 24, issued by the U.S. Department of Labor. It establishes minimum wage rates and fringe benefits required for federal contracts, emphasizing compliance with Executive Orders 14026 and 13658. The determination varies based on contract dates, stipulating rates of at least $17.75 per hour for contracts entered into or renewed after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. A comprehensive occupational listing with corresponding wage rates for numerous job categories is provided, highlighting positions from administrative roles to specialized occupations like medical and technical fields. Additional worker protections are addressed, including paid sick leave provisions under Executive Order 13706 and mandated health & welfare benefits, vacation, and holiday pay. The document also outlines a conformance process for unlisted occupations, ensuring fair compensation and compliance with the wage determination. This guidance is pivotal for ensuring adherence to federal labor standards in contracts related to federal grants, RFPs, and state/local projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Ductless Mini-Split Heating & Cooling System for DCR Room at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotes for the installation of a ductless mini-split heating and cooling system in Building 2410 at Joint Base Cape Cod, Massachusetts. The project requires a contractor to provide all necessary personnel, equipment, and materials to complete the installation in accordance with the provided Statement of Work and specifications, with a budget estimated between $5,000 and $30,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal regulations and ethical standards in the contracting process. Interested contractors must submit their quotes by February 21, 2025, and may contact Patricia Barnett at patricia.barnett@dot.gov or 857-259-2998 for further information.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple vendors for HVAC repair and maintenance service on Fort Drum, NY. This service is used to ensure the proper functioning of refrigeration, air conditioning, and air circulating equipment. The vendors will enter into a Blanket Purchase Agreement (BPA) that will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Please respond via email with intent to participate.
    Buy America Act Non-Availability - Mini Ductless Split System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a Mini Ductless Split System under the Buy America Act Non-Availability notice. This opportunity aims to identify suppliers capable of providing these HVAC systems, which are crucial for maintaining climate control in various military facilities. The procurement will take place in Fort Worth, Texas, and interested vendors should reach out to Shenika Lewis at shenika.m.lewis@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil for further details. This sources sought notice is part of the preliminary steps in the contracting process, and no funding amount or specific deadlines have been provided at this stage.
    Repair HVAC in PAX Terminal B3409 Kadena Air Base Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the HVAC system in PAX Terminal B3409 at Kadena Air Base in Okinawa, Japan. The procurement aims to address critical heating, ventilation, and air conditioning needs to ensure the terminal operates efficiently and safely. This project is vital for maintaining a comfortable environment for personnel and travelers at the base, which plays a significant role in military operations in the region. Interested contractors can reach out to Leona I Cantu at leona.cantu.4@us.af.mil or Gary Wynder at gary.wynder@us.af.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is soliciting proposals for the removal and replacement of an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building 2410, located at Joint Base Cape Cod, Massachusetts. The project aims to support critical functions related to GPS capabilities for the United States Air Force and the Federal Aviation Administration, requiring comprehensive construction services that include demolition, installation of a new HVAC system, and adherence to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with an estimated contract value between $25,000 and $125,000, and proposals are due by 4:00 PM EST on February 21, 2025. Interested contractors can reach out to Patricia Barnett or Matthew Phelps for further inquiries and are encouraged to attend a site visit scheduled for February 7, 2025.
    Solicitation, HVAC replacement
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking qualified contractors for the replacement of the HVAC system at building 1679 on Fort McCoy. This project falls under the North American Industry Classification System (NAICS) Code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors, and is designated as a Total Small Business Set-Aside, with a size standard of $19 million. The successful contractor will play a crucial role in ensuring the efficient operation of the facility's climate control systems, which are vital for maintaining a suitable environment for personnel and operations. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details regarding the solicitation process.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma under the project title "TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001." The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to provide all necessary materials, labor, and equipment while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining operational efficiency and compliance with federal standards at military facilities. Interested contractors, particularly small businesses, must submit their proposals, including performance and payment bonds, by the specified deadline, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil for further information.
    NSSC HVAC Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army, is seeking a contractor for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. The contractor will be responsible for providing comprehensive maintenance services for HVAC systems, ensuring compliance with federal, state, and local regulations, including ASHRAE standards, while maintaining system performance and safety in various climatic conditions. This contract is crucial for ensuring the operational efficiency and safety of the facility's HVAC systems, which support the overall mission of the Department of Defense. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil for further details.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.