Raiders Challenge - HVAC Rental
ID: W9124D-24-Q-0215Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

AIR CONDITIONING EQUIPMENT (4120)

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 the rental of HVAC units for the 2024 Raiders Challenge at Fort Knox, Kentucky. The contractor will be responsible for providing, delivering, and maintaining self-supported HVAC systems for four GP Medium tents, ensuring a consistent internal temperature between 72 and 78 degrees Fahrenheit for personnel accommodations. This procurement is crucial for maintaining comfort and operational efficiency during the event, with a total small business set-aside to encourage participation from veteran-owned and economically disadvantaged firms. Proposals are due by 11:00 AM on October 9, 2024, with delivery of the HVAC units expected between October 21 and October 28, 2024. Interested contractors can reach out to Jayden Geary at jayden.n.geary.civ@army.mil or Ranetta M. DeRamos at ranetta.m.deramos.civ@army.mil for further information.

    Files
    Title
    Posted
    This document is an addendum to FAR Provision 52.212-1, detailing instructions for offerors participating in a Request for Quote (RFQ) from the Mission and Installation Contracting Command (MICC) – Fort Knox. It outlines the requirements for submitting quotes, emphasizing that the RFQ is set aside for small businesses, projected to result in a firm fixed-price contract awarded based on the lowest price that meets the solicitation’s criteria. Offerors must provide essential company information and possess a valid Unique Entity ID (UEI), ensuring active registration in the System for Award Management (SAM). The document specifies submission procedures, including a deadline for inquiries and the necessity of acknowledging any amendments posted on the SAM website. Late submissions may not be accepted. Offerors are encouraged to submit their best prices initially, with an expectation that negotiations may occur post-quote submission. The overall intent of the document is to standardize the offer submission process while ensuring compliance with federal regulations and facilitating efficient contracting operations.
    The Army Contract Writing System (ACWS) is being implemented to modernize the Army's solicitation and contract writing processes globally. During this transition, Offerors should be aware that the Contracting Office may use various contract writing systems, leading to potential differences in solicitation documents. It is crucial for Offerors to carefully review submission instructions and all documentation received throughout the solicitation and award process, as discrepancies may arise due to system changes. The Government stresses that any modifications will not unintentionally alter solicitation terms but advises Offerors to report any discrepancies that may affect their eligibility or contract performance. If technical issues delay the awarding process, alternative mechanisms will be employed to ensure work can commence legally, with the original solicitation serving as a framework until normal operations resume. This document serves as a guiding notice for Offerors dealing with Army contracts during the software transition, emphasizing diligence in document review and communication with Contract Specialists and Officers to facilitate a smooth contracting process.
    The Statement of Work (SOW) outlines the requirements for leasing HVAC systems for a short-term project during the 2024 Raider Challenge at Fort Knox. The contractor is responsible for delivering, setting up, and maintaining self-supported HVAC units for four GP Medium tents, ensuring a consistent internal temperature of 72 to 78 degrees Fahrenheit. The government will supply diesel fuel for the generators used in this task. The contractor must have the HVAC systems operational by October 23, 2024, and maintain the required temperature range until October 27, 2024. Additionally, a 24/7 support service is mandated, with rapid response times for equipment failures. The document also specifies security access protocols for the contractor and their personnel, emphasizing compliance with OSHA standards and installation access regulations. Proper inventory and inspection processes are highlighted to document equipment condition and facilitate accountability for damages. This comprehensive SOW indicates a detailed and regulated approach to ensure the event's logistical requirements are met efficiently while maintaining safety and compliance standards.
    The document provides clarifications regarding the Request for Proposal (RFP) W9124D24Q0215 for HVAC rental services related to the Raiders Challenge. It confirms that this RFP is a continuation of the previous year’s contract (W9124D24P0006) with a value of $5,271, highlighting that there was an incumbent company for the service in the prior years. Proposals must be submitted via email using the specified form, IB08 – W9124D24Q0215. Security requirements for access to Fort Knox necessitate background checks for contractors. Also specified is the proposal submission deadline, which is October 9, 2024, at 11:00 EST. Importantly, the government will not require insurance for the rented A/C equipment. Overall, the file serves to inform potential contractors about key aspects of the proposal process and contractual obligations related to the HVAC rental services needed for the event.
    The document is a solicitation (W9124D24Q0215) issued by the Mission and Installation Contracting Command at Fort Knox for the rental of HVAC and power generation units. It outlines the requirements for four HVAC units to maintain a temperature range of 72-78 degrees Fahrenheit in insulated tents housing 16 personnel. The solicitation is set aside for small businesses, particularly those owned by veterans or designated as economically disadvantaged. Offers are due by 11:00 AM on October 9, 2024, with delivery expected from October 21 to October 28, 2024. The document includes various federal acquisition regulations and clauses related to terms and conditions, contractor responsibilities, and compliance measures, ensuring the contractor meets federal standards regarding safety, inspections, and reporting. Overall, the solicitation emphasizes coordination with government oversight for equipment delivery and acceptance in line with established procurement procedures.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair/Replace HVAC Systems, C &D Bays - Building 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory, is seeking qualified contractors to repair and replace HVAC systems at the Rome Research Site in New York. The project encompasses a comprehensive scope of work, including hazardous material abatement, general construction, fire protection, plumbing, mechanical and HVAC work, electrical work, and related tasks, all of which must adhere to federal, state, and local regulations. This initiative is critical for enhancing facility operations while ensuring safety and compliance with environmental standards, particularly as the work will occur in occupied buildings, necessitating careful planning to minimize disruptions. Interested contractors, particularly those classified as 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, SB, SDB, or VOSB, must submit their intent to propose along with required documentation by 3:00 p.m. EST on October 16, 2024, to Jennifer Calandra at jennifer.calandra@us.af.mil.
    HVAC, Repair and Maintenance for Fort Drum, NY
    Active
    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.
    Air condition, Equ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of air conditioning equipment, specifically NSN 4120-01-583-4350. The contract will involve a firm fixed price for a quantity of 36 units, with delivery expected within 204 days after receipt of order. This equipment is classified as a critical application item, and the procurement is unrestricted, allowing for competition among qualified vendors. Interested parties should note that the solicitation is anticipated to be issued around October 13, 2024, with a closing date on or about November 13, 2024. For further inquiries, potential bidders can contact Sharon Hall at 804-279-3266 or via email at Sharon.Hall@dla.mil.
    J045--HVAC Preventative Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide HVAC Preventative Maintenance Services for the Veterans Health Care System of the Ozarks located in Fayetteville, Arkansas. The procurement aims to ensure the operational integrity of various HVAC systems, including chillers, cooling towers, and boilers, through preventive maintenance and emergency repair services over a one-year period. This initiative is critical for maintaining safety, compliance with federal regulations, and minimizing disruption to facility operations, thereby supporting the overall functionality of essential systems in healthcare settings. Interested parties must submit their responses by October 10, 2024, and can direct inquiries to Contract Specialist William Shaver at William.Shaver@va.gov or by phone at 601-206-6953.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    John Day Dam Powerhouse HVAC Upgrade Industry Day
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is hosting an Industry Day for the John Day Dam Powerhouse HVAC Upgrade project, scheduled for October 23, 2024, in Rufus, Oregon. This initiative aims to gather insights on industry capabilities and qualifications to inform future solicitations for the complete replacement and upgrade of the HVAC systems at the dam, which are currently outdated and non-compliant with modern safety standards. The project is critical for enhancing operational efficiency and safety within the facility, with an estimated construction cost ranging from $25 million to $100 million. Interested parties must submit their responses to the Industry Day notice by October 16, 2024, and are encouraged to register for the site visit by contacting Andrew Sprys or Andrea Smothers via email.
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    Bldg 514 Temporary Heat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is seeking proposals from qualified small businesses for the installation of temporary heating in Building 514. The project involves the installation of a two-stage portable heater, ductwork, a natural gas line, and a fabricated door cover, with a budget estimated between $100,000 and $150,000. This procurement is critical for ensuring adequate heating during operational periods and maintaining facility functionality. Interested contractors must submit their proposals electronically by October 7, 2024, and are encouraged to contact James Wasson at james.k.wasson.civ@us.navy.mil for further inquiries.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.