B901 Chiller Repair
ID: 24-034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, USA

NAICS

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

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)

Set Aside

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

    The U.S. Air Force has issued a solicitation for repairing a 50-ton air-cooled chiller in Building 901 on Goodfellow Air Force Base in Texas. The work involves fixing specific issues, including a leaking condenser coil, faulty motor components, and a malfunctioning master module, with an emphasis on using new original equipment manufacturer (OEM) parts. The project has a stringent timeline of 30 to 90 days, requiring careful coordination with the Air Force regarding work schedules, especially in occupied areas.

    Contractors must adhere to strict safety, environmental, and security protocols on the base and follow eco-friendly practices. Daily quality control reports and a final inspection are mandatory. The Air Force requests that contractors use the Energy, Environmental, Safety, and Occupational Health Management Information System (EESOH-MIS) for hazardous material tracking and comply with associated reporting requirements.

    This commercial service requirement seeks quotes from women-owned small businesses, prioritizing past performance and price, with a firm-fixed-price contract expected. The work scope, technical requirements, and deadlines are detailed in the solicitation document. Contractors must submit detailed solutions for achieving compliance and safety objectives, with an emphasis on environmental considerations.

    The evaluation of proposals will focus on the technical merit and feasibility of the proposed solutions, qualifications, past performance, and cost-effectiveness. Price, though a consideration, is a less significant factor. To be eligible, vendors must conform to the solicitation's instructions, conditions, and notices.

    For this project, the government encourages women-owned small businesses to submit their proposals by the specified deadline. If you require further information, the primary contact is SrA Kyara Forte, whose details are provided in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force seeks to grant unescorted base access to non-ID cardholders requiring periodic access for specific purposes. In this case, access is requested for a contractor to conduct chiller repairs in building B901. The request outlines the individual's personal details, visit dates, and access requirements. The sponsor ensures compliance with vehicle operation regulations and briefings on base guidelines. Upon completion, the pass must be returned. The POC for questions is MSgt Wayne Johnson, with the requirement's dissemination controlled by 17 CONS/PKB. This information is marked as CUI (Controlled Unclassified Information) with the category PRVCY, limiting its distribution.
    File 1: The primary objective of this procurement is to acquire advanced cybersecurity solutions to enhance network security across government agencies. The focus is on developing a system to detect and mitigate advanced persistent threats. The solution should integrate AI and machine learning for proactive threat identification and response. Vendors will compete to provide a comprehensive cybersecurity platform, with evaluation based on technical merit, price, and past performance. File 2: This file seeks bids for a large-scale language model training and development project. The government aims to enhance its natural language processing capabilities for various applications, including sentiment analysis, information retrieval, and question answering. Vendors specializing in AI and NLP are invited to propose solutions for designing a modular and scalable language model pipeline, with an emphasis on data privacy and security. The evaluation will consider solution effectiveness, cost, and vendor qualifications. File 3: The procurement objective relates to the design and implementation of a cutting-edge satellite-based earth observation system. The system should be capable of capturing and processing high-resolution imagery and video data for environmental monitoring and disaster management. Vendors are expected to propose advanced sensors, spacecraft bus technologies, and ground segment solutions. The project involves significant technical challenges, and evaluations will prioritize technical expertise, past performance, and cost efficiency. File 4: Here, the focus is on acquiring consulting services to streamline and optimize government financial operations. The aim is to improve budget forecasting, financial planning, and expenditure management. Vendors experienced in financial analytics, process engineering, and technology integration are sought. The scope includes developing customized solutions, integrating data sources, and enhancing financial systems and processes. The evaluation criteria will assess the vendor's qualifications, proposed approach, and cost effectiveness. File 5: This file solicits proposals for the development of an innovative smart city solution to improve urban infrastructure and services. The government seeks technologies to enhance efficiency in areas such as transportation, energy management, and public safety. Vendors are requested to submit integrated solutions that leverage data analytics, IoT, and AI. The evaluation process will consider the technical merit, impact on urban challenges, and the financial viability of the proposed solutions. File 6: The sixth file concerns the procurement of next-generation battlefield communication equipment. The focus is on enhancing soldiers' communication and situational awareness on the battlefield. Vendors are requested to supply secure and robust communication devices, networks, and software. The desired solutions should support real-time data transmission, GPS positioning, and multimedia messaging. The evaluation will prioritize the performance, reliability, and security of the proposed communication systems. File 7: This procurement seeks a partner to undertake a large-scale renovation and modernization of government office spaces. The project aims to create a more efficient, technologically advanced, and environmentally friendly workplace environment. Vendors experienced in construction, interior design, and technology integration are welcome to bid. The scope includes designing open-concept workspaces, incorporating sustainable materials, and implementing advanced networking infrastructure. The evaluation will consider factors such as project cost, timeline, and vendor qualifications. File 8: The government seeks a comprehensive approach to improving its data management capabilities through this procurement. The objective is to develop a centralized data analytics platform that enhances decision-making processes. Vendors are required to propose solutions for data collection, organization, and visualization, with an emphasis on cybersecurity and privacy. The evaluation will assess the technical merits, including data security, scalability, and the vendor's ability to deliver. File 9: This file solicits proposals for the development of a digital training platform to enhance the skills of government employees. The platform should support interactive and immersive training modules, focusing on professional development and specialized government functions. Vendors with expertise in e-learning, simulation, and educational technology are sought. The project aims to improve employee productivity and customer satisfaction, with evaluations based on solution effectiveness, ease of use, and cost. File 10: The final file outlines a procurement opportunity for the development and integration of an AI-powered automation system within the government's customer service centers. The goal is to enhance call center efficiency and provide quicker response times to citizens. Vendors are invited to offer innovative solutions that leverage AI, machine learning, and natural language processing. The evaluation will consider the success rate, speed, and cost-effectiveness of the proposed automation systems. Each summary provides a concise overview of the procurement objectives, key technical requirements, and evaluation criteria, helping potential vendors quickly assess the opportunities and decide on their participation.
    The government seeks quotes from women-owned small businesses for a commercial service: repairing a 50-ton air-cooled chiller. The focus is on fixing the condenser coil, fan motor, and master controls, with specific skills required. Technical requirements are detailed, including a tight deadline for completion by August 14th. The work scope involves on-site repairs, with the contractor responsible for delivering the necessary labor and parts to meet this deadline. Evaluation of quotes will consider past performance and price, with the latter being a significantly less important factor. Offerings must be submitted by the due date for consideration, and the contract will likely be awarded shortly after. The contract is expected to be firm-fixed-price, with an estimated value over $250,000. Contractors must adhere to numerous clauses and requirements, including strict security and access protocols for the military base where the work will be conducted.
    The Statement of Work outlines the repair and restoration of a 50-ton air-cooled chiller unit located at Building 901 on Goodfellow Air Force Base in Texas. The main objective is to address multiple issues, including a leaking condenser coil, faulty low ambient fan motor, and a malfunctioning motor master module. The contractor is required to use new OEM parts and ensure the unit is fully functional upon completion. The project has a 90-day timeline, and the contractor must coordinate with the Air Force regarding work schedules, especially when affecting occupied areas. They must also comply with strict safety, environmental, and security protocols on the base. The Air Force will provide a refrigerant tank for responsible waste disposal, and the contractor will remove and recycle old parts according to regulations. Daily quality control reports and final inspection are also mandated to ensure compliance and resolution of any issues. The contract emphasizes the use of eco-friendly materials and practices, with recycled content products preferred, as long as they meet performance, availability, and price requirements.
    The government seeks to repair a 50-ton air-cooled chiller, focusing on compliance and safety. The objective is to ensure efficient operations while minimizing environmental impact. Contractors must provide detailed recommendations and solutions for achieving these goals. Key requirements include an accident prevention plan, waste management strategies, and certification of compliance with environmental standards, especially concerning asbestos and hazardous materials. The scope entails submitting detailed drawings, specifications, and manufacturer warranties for the chiller repairs, with particular attention to parts and materials. Contractors are expected to adhere to stringent timelines, including a 45-day submission deadline after notice. Evaluation will prioritize the quality and feasibility of proposed solutions, with additional consideration given to cost-effectiveness and the contractor's ability to meet schedules. Vendors must ensure compliance with the specified standards and requirements to be considered for this challenging yet rewarding project.
    The U.S. Air Force seeks to implement a comprehensive Contractor Tracking Requirement for hazardous materials, air emissions, and construction & debris (C&D) at its Goodfellow Air Force Base in Texas. The primary objective is to ensure the proper management and documentation of these materials throughout their lifecycle on the base. This includes tracking their transportation onto and off the base, storage, usage, and disposal. The Air Force aims to comply with federal, state, and DoD environmental laws and regulations, emphasizing the need for enhanced reporting and accountability. Contractors will play a pivotal role in achieving this objective. They must submit detailed reports on their use of hazardous materials, including fuels, welding rods, and chemicals. These reports, accompanied by Safety Data Sheets, provide insights into material quantities, locations of use, and disposal methods. Additionally, contractors are responsible for monthly air emission source reporting, outlining the types and amounts of materials emitted. Construction and demolition projects also require detailed reporting, specifying recycled and landfill materials, to ensure effective construction waste management. To facilitate compliance, the Air Force will assign contractors a unique shop code for tracking purposes. Contractors will use this code to input data into the Energy, Environmental, Safety, and Occupational Health Management Information System (EESOH-MIS), enabling efficient record-keeping and monitoring. Attendance at monthly meetings and timely submission of reports are expected to ensure accurate and up-to-date information. Key dates include a monthly reporting deadline, with additional requirements for shorter-term projects. The Air Force emphasizes the mandatory nature of these reporting obligations, outlining consequences for non-compliance. Evaluation of proposals will likely focus on contractors' ability to adhere to these requirements and their experience with environmental regulations.
    The procurement objective of this Air Force Base installation layout project seeks to acquire detailed mapping and geographical base data. The focus is on creating an accurate digital map encompassing the entire base. This includes capturing various facilities, such as athletic fields, roads, housing areas, and recreational spaces. The map must be digitally formatted, with specific attention to accuracy and detail. The requirements are technical: the map should be created using specific software and contain precise measurements and designations for roads, buildings, and recreational areas, all clearly labeled. The map's scale should allow for a comprehensive view of the base's layout, with a minimum of 1:1250 scale, and it should adhere to the spatial data standards of the organization. The scope of work involves producing a high-quality, digital installation map. This requires collecting, verifying, and processing geospatial data, including field surveys and incorporating existing information. The map must provide a comprehensive visual representation, orientated north, featuring clearly labeled landmarks and locations. The contract, if mentioned, might be a firm-fixed-price one, with an estimated value in the range of $50,000 to $70,000, excluding contingencies. The project timeline seems to be around six months, with critical dates including a site visit window, a questions deadline, and a submission deadline. Evaluation of proposals will likely be based on the technical merit of the approach, the qualifications and experience of the mapping personnel, and cost effectiveness. The emphasis on accuracy and detail suggests a rigorous assessment process.
    Lifecycle
    Title
    Type
    B901 Chiller Repair
    Currently viewing
    Solicitation
    Similar Opportunities
    Air-Cooled Scroll Carrier Chiller 60 Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Carrier Air-Cooled Scroll Chiller (60 Ton) under solicitation number FA670324Q0024, exclusively set aside for small businesses. The procurement requires the delivery of a high-efficiency chiller that meets specific technical specifications, including variable condenser fans and a designated electrical configuration, to be delivered to Dobbins Air Reserve Base in Georgia. This acquisition is crucial for maintaining operational efficiency in air conditioning and refrigeration systems at the facility. Interested vendors must submit their quotations electronically by September 11, 2024, at 2:00 PM EST, and are encouraged to contact the primary point of contact, Warren Derrick Deeds, at warren.deeds@us.af.mil for further inquiries.
    Solicitation: B1235 Trane Chiller - Brand Name
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Trane brand-name air-cooled chiller, designated as the ACSA1602EUA model, to be delivered and installed at Francis E. Warren Air Force Base in Wyoming. The contract requires the contractor to provide the chiller along with startup services performed by a Trane certified technician, ensuring compliance with specific performance and warranty standards. This procurement is critical for maintaining operational efficiency and replacing aging HVAC equipment, with a total performance period of 210 days from contract award. Interested vendors must submit their quotes by September 12, 2024, and can direct inquiries to Laura Hunter or Trisha M. Lamarr via email.
    Purchase One Each (1) Koolant Koolers Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of one Koolant Koolers Chiller. This chiller is used for refrigeration and air conditioning components. The procurement is set aside for small businesses and the place of performance is Tinker AFB, Oklahoma, USA. The primary contact for this procurement is Claude J. Boggs, Jr., who can be reached at claude.boggs@us.af.mil or 405-739-3317. The chiller being procured is a 10 ton Koolant Kooler Chiller with the part number WVI100001SS11D0000 and model number WVI-10000-M.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    TRANE and Carrier HVAC systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSBs) for the procurement of TRANE and Carrier HVAC systems to service five buildings at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The requirement includes brand-specific models, such as rooftop units and air-cooled chillers, aimed at replacing aging equipment and standardizing HVAC systems to enhance operational efficiency and reduce training costs for maintenance personnel. This procurement is part of a broader strategy to streamline HVAC management and ensure operational readiness, with a Justification and Approval (J&A) supporting the limited-scope procurement of approximately 1,976 units from selected manufacturers. Interested parties should contact SrA Jonathan E. Truslow at jonathan.truslow@us.af.mil or Aaron Vanvynckt at aaron.vanvynckt.1@us.af.mil for further details, and proposals must adhere to the submission deadlines outlined in the solicitation document.
    21 CES B2025 Cooling Towers Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of three cooling towers at Building 2025, located at Peterson Space Force Base in Colorado. The project aims to address operational issues, including leaks and scaling, and requires compliance with local, federal, and USAF regulations, including Green Procurement mandates. This initiative is crucial for maintaining the operational infrastructure of the base and is set aside exclusively for small businesses under NAICS code 238220. Interested contractors must submit their quotes by September 11, 2024, following a site visit scheduled for August 28, 2024. For further inquiries, contact Cayce Moses at cayce.moses@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
    Urgent JBSA LAK Bldg. 7535 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron at Joint Base San Antonio (JBSA) Lackland, Texas, intends to award a sole source contract for urgent repairs to the chiller system at Building 7535, Defense Language Institute English Learning Center. The procurement specifically requires the expertise of Daikin Applied Americas, Inc., as they possess the proprietary knowledge and certified technicians necessary to effectively remove and install the chiller inverter and capacitors. This contract, classified under NAICS code 238220, is critical for maintaining operational efficiency at the facility, with an anticipated award date of September 13, 2024. Interested parties may direct inquiries to Chad Olson at chad.olson.4@us.af.mil, with a deadline for submissions set for 12:00 p.m. Central Time on September 10, 2024.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a walk-in freezer, as outlined in solicitation RFQ FA462524Q1120. The requirements include a freezer with dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with the condenser unit installed on top and an overall height limit of 11 feet. This procurement is critical for ensuring reliable refrigeration capabilities at Whiteman Air Force Base in Missouri, supporting operational needs within the facility. Interested vendors must submit their bids, including costs for the freezer, cooling unit, and installation, by September 19, 2024, and direct any questions to Lt Joshua Sturgill or SSgt Ryan Hopkin before the deadline of September 16, 2024.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project entails a firm-fixed-price construction contract for the repair of AHUs 1, 2, 4, and 5, along with chillers at Building 10271, with an estimated contract duration of 549 calendar days from the date of award. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their bids electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil. The estimated construction cost ranges between $5,000,000 and $10,000,000, and the project is open for full competition with a 10% price evaluation for HUBZone bidders.
    24Z5AV6 - EMERGENCY REPLACE HVAC INDOOR REC
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors to replace the HVAC system at the Federal Medical Center (FMC) Carswell in Fort Worth, Texas. The project involves the installation of two new 20-ton condensers and matching air handler units, which must meet specific performance and efficiency standards to enhance the facility's air conditioning capabilities. This initiative is crucial for maintaining a safe and healthy environment for the facility's occupants, reflecting the Bureau's commitment to operational efficiency and regulatory compliance. Interested parties must submit their bids by September 11, 2024, and can direct any technical inquiries to Angel Rivera at a3rivera@bop.gov or Marleasia Johnson at M16JOHNSON@BOP.GOV.