NSSC HVAC Maintenance Service Contract
ID: W911QY-25-R-0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the NSSC HVAC Maintenance Service Contract at the Natick Soldier Systems Center in Massachusetts. This contract encompasses comprehensive Heating, Ventilation, and Air Conditioning (HVAC) maintenance services, including preventive maintenance, unscheduled repairs, and duct cleaning across approximately 50 buildings, ensuring operational readiness for around 1,500 personnel. The contract will be awarded as a Firm Fixed Price Requirements contract with a base period of one year and four optional one-year periods, totaling a maximum of five years. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by April 21, 2025, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil.

    Files
    Title
    Posted
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) for government contracts, specifically focusing on documentation needed from contractors. The form includes sections for identifying contract details such as line items, contract numbers, and contractor information, along with specific data item requirements. A notable entry requires a contractor to submit a monthly maintenance report for HVAC systems, highlighting the importance of adhering to manufacturer guidelines and maintaining a focused work schedule based on equipment types. The instructions for completing the form emphasize the categorization of data types, the frequency of submissions, and the pricing structure for data items ranging from essential to non-essential. This documentation is designed to ensure that contractors provide relevant data that supports compliance with government contracts, maintaining clarity and organization within contract management processes. Overall, the form serves as a crucial tool for overseeing data submissions necessary for executing government contracts effectively.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized within federal contracting, primarily for outlining data requirements between the government and contractors. The form facilitates the specification and approval of mandatory data items associated with government contracts. Key components include contract references, data item numbers, titles, descriptions, and submission schedules, emphasizing the contractor's obligations regarding initial and subsequent data submissions. The form categorizes data items into four groups based on their relevance and associated costs to the contractor, ranging from essential to minimal effort data. It mandates detailing distribution requirements, ensuring quality control, and specifying the frequency of data delivery. Furthermore, the document provides instructions for both government personnel and contractors on accurately completing the form. This structured approach aims to standardize data requirements, streamline government contracting processes, and ensure compliance with established regulations, thereby supporting effective project management and oversight within government-funded initiatives.
    The document is a DD Form 1423-1, detailing the Contract Data Requirements List (CDRL) for HVAC service and maintenance. It outlines the contractor’s responsibilities, including submitting a detailed monthly schedule of work and reporting completed tasks, as specified in the Performance Work Statement (PWS). Essential elements include the data item number, title, frequency of submission, and various reporting requirements, such as the date and nature of repairs conducted, alongside technician involved. The form serves as a structured template guiding contractors on how to fulfill data submission obligations under government contracts, emphasizing compliance with military specifications and the necessity for standardized reporting formats. The document is aimed at ensuring transparent communication of contractor activities, enhancing oversight and accountability in government contracting processes.
    The document outlines the DD Form 1423-1, which serves as the Contract Data Requirements List (CDRL) for federal contracts, specifically addressing data submission requirements related to Heating, Ventilation, and Air Conditioning (HVAC) services. A key component is the contractor's obligation to provide a daily maintenance summary of tasks performed at the Natick Installation to the Contracting Officer Representative (COR). The form includes essential fields for entering contract details, data item descriptions, submission dates, distribution information, and cost estimates categorized by data importance. Its structure emphasizes adherence to specific instructions for government personnel and contractors to ensure clarity in compliance and reporting. The purpose of the form is to standardize data requirements across contracts, facilitating efficient oversight and management while ensuring accountability in service delivery and data reporting.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the U.S. Department of Defense, outlining the requirements for data submission under government contracts. This particular form documents the submission of a quarterly spreadsheet report that summarizes the maintenance of major HVAC equipment, required by the USAG-Natick-DPW. The contractor is obligated to deliver this report quarterly, ensuring an organized assessment of HVAC services through the specified format. The form details each required information item, including contract references, type of data, submission dates, and the responsible office. Moreover, it provides guidance on categorizing the data type, estimating associated costs, and defines responsibilities for both government personnel and contractors. The overall purpose of this document is to facilitate compliance with reporting standards and ensure proper monitoring and evaluation of contracted services, reflecting a commitment to effective oversight in government operations.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for an HVAC service contract focused on the maintenance, repair, and chemical treatment of cooling towers and closed-loop systems at USAG-Natick-DPW. It specifies extensive responsibilities for the Contractor, including regular maintenance checks, chemical treatment protocols, and the obligation to hire qualified subcontractors for specialized tasks. The contractor is required to submit biweekly reports detailing the services performed and water analysis results to the Contracting Officer Representative (COR) on the same day of service. The document also emphasizes the importance of freeze protection measures and maintenance of spare parts for repairs. Further, it includes instructions for completing the DD Form 1423, categorizing data items, pricing, and submission guidelines. Overall, the purpose of this form is to ensure accurate reporting and accountability in line with government contracting requirements aimed at maintaining operational efficiency and safety standards within the contract framework.
    The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) related to HVAC duct cleaning services as specified in a Performance Work Statement (PWS) for the US Army Garrison Natick. The document serves as a guideline for contractors to provide thorough duct cleaning and decontamination, detailing methods for negative pressure cleaning using HEPA vacuum systems, mechanical brushes, and disinfection processes. It stipulates the contractors must follow federal, state, and local health and safety regulations during service delivery and report findings to the Contracting Officer's Representative (COR) on the same day after work completion. Instructions for filling out the form include sections for contract identification, data item specifications, technical requirements, and delivery expectations. The CDRL highlights the importance of compliance and detailed record-keeping in the procurement process while ensuring the contractor delivers high-quality service while prioritizing safety for all stakeholders involved. This document emphasizes accurate reporting and systematic procedures in federal contracting processes, ensuring transparency and accountability within the government contracting framework.
    The document outlines the usage of DD Form 1423-1, a Contract Data Requirements List utilized by the Department of Defense (DoD) for collecting necessary data items required under federal contracts. Key details include the identification of specific HVAC services regarding absorption chillers, such as cleaning, maintenance, and repair duties to be fulfilled by qualified contractors and their subcontractors. The form includes sections for specifying data categories and requirements, contractor details, submission timelines, and distribution of reports. The form is structured to ensure clarity in outlining the obligations of the contractor, requiring a report on the conditions of chillers pre- and post-cleaning. It delineates the importance of contractor qualifications, including the need for licensed refrigeration technicians, and incorporates instructions for completing the form. It emphasizes the necessity for precise documentation and submission to ensure compliance with government standards. Through this protocol, the DoD aims to facilitate efficient communication, compliance verification, and thorough maintenance of HVAC systems, reflective of broader governmental standards for federal contracts.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for governmental contracts pertaining to HVAC services, specifically focused on absorption chiller cleaning. The document specifies the procedure and responsibilities of the contractor and the requiring office, USAG-Natick-DPW. Key tasks include replacing gaskets, analyzing cooling solutions, cleaning refrigeration elements, and providing detailed reports before and after maintenance activities. The contractor is mandated to engage a qualified subcontractor with relevant specialized experience. The form serves as a structured means to communicate data item requirements while ensuring compliance with Department of Defense regulations. The process includes formal submission dates, distribution requirements, and approval protocols, which are critical for maintaining standards and tracking contract performance. Overall, the DD Form 1423-1 ensures clarity and accountability in meeting contractual obligations within federal and state RFP contexts.
    The Equipment Appendix provides a detailed inventory of HVAC systems and components across multiple buildings, primarily focusing on models, service requirements, refrigerants, and filter information. Each building's section outlines various types of equipment, including rooftop units (RTUs), split systems, and ductless air handlers, along with their facilitating filters, quantities, and sizes. This document serves as a critical resource for maintenance and operational efficiency in government facilities, ensuring compliance with regulatory standards regarding equipment performance. The meticulous cataloging of serial numbers and model specifications highlights a systematic approach to managing mechanical infrastructure. The emphasis on refrigerants, notably various types of R-410a and R-22, underlines the importance of responsible environmental practices and adherence to safety regulations. Overall, the Equipment Appendix plays an essential role in supporting federally funded projects by providing the necessary information for efficient equipment management and maintenance planning, contributing to the longevity and effectiveness of government infrastructure systems.
    The document outlines the procedures for participating in a site visit related to the NSSC HVAC Maintenance Service Contract, scheduled for April 8, 2025. Interested contractors must attend a pre-visit meeting at the Na�ck Soldier Systems Center in Massachusetts to review project requirements and view the work areas. To attend, parties need to submit a completed NSSC Contractor Access Request Form via email or fax, ensuring it reaches the USAG Natick Police at least 24 hours before the visit. Proper vetting is required for both U.S. citizens and foreign visitors, with specific identification details needed. Access is contingent on successful vetting, with only authorized individuals allowed entry. This procedural document serves to ensure compliance with security regulations and protection of personal information as per the Privacy Act of 1974, making it essential for contractors intending to bid on the maintenance services. Efficient coordination and adherence to submission timelines are emphasized throughout.
    The document outlines responses to questions regarding the NSSC HVAC Maintenance Service Contract as outlined in solicitation W911QY-25-R-0007. Key updates include an extension of the proposal deadline to April 21, 2025, and updated oral presentation dates for April 22 and 24. The document clarifies that option CLIN 0007 is intended for future HVAC equipment maintenance, and no pricing is required for several specified CLINs. The contractor will perform maintenance Monday through Friday, with guidelines for seasonal shutdowns communicated via the COR. Access to the Building Management System will be granted to the awarded contractor for daily monitoring. The solicitation emphasizes that contracts will be awarded based on the Lowest Price Technically Acceptable (LPTA) method, ensuring that offers meet technical capabilities and past performance criteria. The document also includes details about the structure for repair quotes, job box usage, and delivery coordination for materials. This information is critical for contractors preparing their proposals and managing expectations throughout the maintenance contract process.
    The document outlines a solicitation (W911QY25R0007) for HVAC maintenance services at the Natick Soldier Systems Center in Massachusetts. It specifies a preventive maintenance contract requiring a contractor to provide comprehensive HVAC services, including routine repairs, emergency services, duct cleaning, and inspections over a 12-month period. The contractor must comply with applicable federal, state, and local regulations while ensuring quality control and safety standards. The performance work statement requires the contractor to manage and maintain HVAC systems effectively, employing best practices and innovation to enhance reliability. The document highlights operational details, including service schedules, reporting mandates, and performance metrics, while ensuring minimal disruption to traffic and compliance with emergency protocols. The solicitation recognizes various provider capabilities, including preferences for small and disadvantaged businesses, and establishes payment terms, including invoicing based on an agreed schedule. Overall, this solicitation emphasizes a results-oriented approach to HVAC service management while detailing the administrative and operational framework necessary for fulfilling the contract obligations.
    The document, W911QY25R0007, outlines a Request for Proposal (RFP) specifically for HVAC maintenance services at the Natick Soldier Systems Center in Massachusetts. The RFP specifies the need for preventive maintenance and repair services for HVAC systems over a 12-month period, including options for duct cleaning, inspection, and emergency repairs. Bidders are required to provide quotes for maintenance services based on defined schedules. The contract also details minimum and maximum contract values and outlines performance expectations compliant with Federal, State, and local regulations. The Performance Work Statement (PWS) emphasizes accountability, quality control, and the necessity for the contractor to furnish personnel, equipment, and materials. It requires adherence to ASHRAE standards and mandates regular reports detailing service activities and performance metrics. Additionally, obligations related to site inspections and landscaping restoration are highlighted, demonstrating the government's intent for high service standards in facility management. Overall, the RFP reflects the government's commitment to maintaining operational efficiency in base operations through qualified contractor services.
    The document outlines a Request for Proposal (RFP) for HVAC maintenance services at the Soldiers Systems Center in Natick, MA. The contract is focused on providing preventive maintenance, repairs, and operational support for HVAC systems within the facility, which encompasses around 50 buildings and caters to approximately 1,500 military and civilian personnel. Key services include preventive maintenance, routine and emergency repairs, duct cleaning, and inspections. The contractor will also be responsible for compliance with applicable federal, state, and local regulations, as well as industry standards like those from ASHRAE. The contract stipulates that work will be performed within normal operating hours while ensuring minimal disruption to facility operations. Moreover, performance-based standards are established to guarantee adherence to quality and timeliness. The contractor must develop a transition plan for integrating operations, managing personnel, and maintaining workflow during contract changes. The RFP sets minimum and maximum contract values and emphasizes the importance of effective communication and cooperation between the government and the contractor throughout the duration of the project. This document reflects the government's objective to ensure reliable maintenance and operational readiness of essential HVAC systems in a military environment.
    The document is a Past Performance Questionnaire designed for contractors seeking evaluation on their performance in federal and local contracts. It includes sections for the contractor to provide essential information such as firm details, contract specifics, and project descriptions, indicating their role in the project as either a prime contractor, subcontractor, or joint venture. The client completes additional sections, evaluating the contractor’s performance across various criteria, including quality, management, financial management, safety, and overall satisfaction. Ratings range from “Exceptional” to “Unsatisfactory,” with definitions provided for each rating. The questionnaire aims to collect feedback on the contractor’s adherence to contract requirements, problem resolution, and customer satisfaction. The data gathered will impact future contract awards and evaluations, aligning with government RFPs and grant processes by ensuring accountability and performance standards within federal and state contracting. This comprehensive evaluation tool underscores the government's commitment to rigorous assessment of contractors to enhance service delivery and efficacy in achieving project goals.
    The document outlines the General Decision Number MA20250001, effective April 4, 2025, pertaining to wage determinations for building construction projects in Massachusetts. It supersedes the previous Decision Number MA20240001 and applies to various counties including Barnstable, Bristol, and Suffolk. The document specifies compliance with the Davis-Bacon Act, detailing minimum wage rates and requirements under Executive Orders 14026 and 13658, relevant based on contract dates. Contractors must pay at least $17.75 per hour for contracts initiated after January 30, 2022, or $13.30 for those entered between January 1, 2015, and January 29, 2022. Wage rates and fringe benefits are listed for various construction labor categories, including insulators, electricians, carpenters, and laborers, across different zones within the specified counties. The document emphasizes contractor responsibilities for classifications, adjustments, and compliance with federal and state labor standards. Additionally, it describes the appeals process for wage determinations and provides resources for further information. This summary illustrates the document’s role in ensuring fair wage practices in federal contracts, aligning with government initiatives to protect labor rights and adhere to safety and compliance standards in state and local RFPs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Dept Of Defense
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for the Calverton National Cemetery in New York. The contractor will be responsible for performing maintenance services in accordance with the Statement of Work outlined in the solicitation. These services are crucial for ensuring the proper functioning of HVAC systems, which are essential for maintaining a suitable environment at the cemetery. Interested parties should contact Contracting Officer Sarah Poole at sarah.poole1@va.gov for further details, and must ensure to include a signed copy of any amendments with their quote package.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for Calverton National Cemetery under Solicitation Number 36C78626Q50013. The procurement aims to establish a firm-fixed-price contract for a twelve-month base year with four one-year options, encompassing seasonal HVAC maintenance, annual cleaning and reports, boiler system maintenance, and Delta Controls BMS monitoring for the Administration Building. This contract is crucial for ensuring the operational efficiency and comfort of the cemetery facilities, while also adhering to the dignity required in such a setting. Interested parties must submit their quotes by December 29, 2025, at 12:00 pm EST, and are encouraged to attend a site visit scheduled for December 15, 2025. For further inquiries, contact Contracting Officer Sarah Poole at sarah.poole1@va.gov.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.