HVAC Maintenance and Repair
ID: N66604-25-R-0046Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of Defense, specifically the Naval Undersea Warfare Center Division in Newport, Rhode Island, is seeking proposals for HVAC maintenance and repair services under solicitation N66604-25-R-0046. The contract aims to provide comprehensive maintenance, repair, and technical support for HVAC systems, including chillers, air handling units, and boilers, with a strong emphasis on safety, operational efficiency, and compliance with relevant codes and standards. This procurement is particularly significant as it promotes the engagement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to high standards in facility management. Interested contractors must submit their quotes within a 30-day window, and for further inquiries, they can contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil or Christopher J. Kenney at christopher.j.kenney@navy.mil.

    Files
    Title
    Posted
    The document outlines the requirements for provide references of past performance in response to a government Request for Proposal (RFP). Offerors must complete a reference form detailing their company name, CAGE code, contract specifics, and contact information for various officials, including the program manager and contracting officers. The reference should indicate whether the offeror was a prime contractor or subcontractor, providing an explanation of the role and the dollar value associated with subcontracting. Each reference must include a description of relevant work performed, emphasizing similarities in scope, magnitude, and complexity to the current solicitation. Additionally, offerors are encouraged to include information regarding any problems encountered during contract execution and the corrective actions taken. This request aims to evaluate the offeror's past performance to ensure capability and reliability in fulfilling future contract obligations within the federal grants and RFP context. The document serves as a critical tool for assessing an offeror's qualifications based on prior work experience.
    This document outlines the staffing plan requirements for solicitation # N66604-25-R-0046, addressing federal government contracts. Offerors are instructed to detail their staffing proposals, categorizing personnel into key and non-key positions while indicating labor hours for both the base year and subsequent option years. The plan should be organized by "SOW/PWS Task Area Supported" and "Labor Category," with "TBD" used for non-key positions that lack identified candidates. Additionally, any contingent hires should be prefaced with "Contingent -." This structured approach aims to streamline evaluations, ensuring clarity in proposed staffing and their alignment with project obligations. The emphasis on categorized breakdown and the requirement of thorough documentation signify the government's intent to maintain transparency and efficient resource allocation in contracted projects.
    The document outlines the Performance Requirement Summary for the maintenance and repair of HVAC and Direct Digital Control (DDC) systems at the Naval Undersea Warfare Center (NUWC) in Newport, RI. Its primary aim is to define critical contract requirements and establish standards for satisfactory performance, detailing work requirements, acceptable performance criteria, and the Maximum Allowable Defect Rate (MADR) for various tasks. Key contract requirements include preventative maintenance, routine, urgent, and emergency service calls, along with administrative tasking. Each work requirement is assigned a weight indicating its significance in the overall contract performance, with standards that ensure timely response and quality work. The document emphasizes that performance monitoring will take place through a quality assurance program, allowing for payment adjustments based on the contractor’s compliance with standard requirements and defect rates. The focus on precise monitoring and established defect rates underscores the government's commitment to maintaining high-quality HVAC services while ensuring accountability in contractor performance.
    This document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, outlining minimum wage requirements and benefits for federal contracts in Rhode Island. Effective from July 22, 2024, it specifies varying minimum wage rates based on Executive Orders: $17.20 per hour for contracts starting or extending after January 30, 2022, and $12.90 for contracts between January 1, 2015, and January 29, 2022, provided they are not extended afterward. The document lists numerous occupations along with their corresponding wage rates, detailiing fringe benefits like health and welfare, vacation, and holidays. Notably, workers in certain classifications may earn a higher minimum wage due to Executive Orders 14026 and 13658. Employees are entitled to paid sick leave under Executive Order 13706. Additionally, it outlines standards for uniform allowances, hazardous pay differentials, and the conformance process for classifying unlisted occupation wages. This wage determination serves as a key compliance document for contractors involved in federal contracts, ensuring adherence to wage standards and protections for workers, which is essential in the context of government RFPs and federal grants, underscoring the government's commitment to fair labor practices.
    The document consists of a Contract Data Requirements List (CDRL) detailing multiple data items necessary for compliance with a federal contract related to facilities management, specifically concerning HVAC systems. The primary purpose is to establish obligations for contractors to submit specific reports and inventories that ensure effective equipment maintenance, safety, and operational efficiency. Key data items outlined include the Equipment Inventory Validation, Identification of Equipment in the Field, Pre-existing Conditions Survey, and several maintenance plans and reports covering aspects like water treatment and preventative maintenance. Each report entails specific submission timelines, formats, and required content, including detailed listings and analysis of equipment status, maintenance actions, and safety management. The document emphasizes the importance of regular updates, compliance with submission deadlines, and thorough documentation for operational oversight and audit purposes. Overall, this CDRL serves as a critical framework for managing the contractual obligations and expectations of the contractor, thus ensuring the effective functioning of facilities under federal guidelines.
    The document outlines a solicitation for HVAC (Heating, Ventilation, and Air Conditioning) support services at the Naval Undersea Warfare Center Division, Newport, focusing on providing comprehensive maintenance, repair, and technical services for HVAC systems across the facility. Key components of the bid include the contractor’s responsibilities for preventive maintenance, repairs, and compliance with relevant codes and safety standards. The work encompasses various types of equipment, such as chillers, air handling units, and boilers, with a strong emphasis on safety and operational efficiency. Specific requirements include maintaining an updated inventory of equipment, establishing a preventive maintenance plan, and utilizing the ARCHIBUS system for work orders and reporting. The contractor must ensure all personnel possess relevant qualifications and adhere to rigorous safety and environmental regulations. Moreover, the procurement aims to promote the engagement of small and service-disabled veteran-owned businesses. This contract underscores the government’s commitment to high standards in facility management, operational integrity, and safety compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PREVENTATIVE MAINTENANCE, REPAIR AND ALTERATION OF HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) EQUIPMENT, CENTRAL CHILLED WATER PLANT AND REFRIGERATION SYSTEMS COMPONENTS AT THE NAVAL COMPLEX, RHODE ISLAND AND OTHER AREAS OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the preventative maintenance, repair, and alteration of heating, ventilation, and air conditioning (HVAC) equipment, as well as central chilled water plant and refrigeration systems components at the Naval Complex in Rhode Island and other areas of responsibility. This procurement aims to ensure the operational efficiency and reliability of critical HVAC systems, which are essential for maintaining comfortable and safe environments in military facilities. Interested contractors should note that the solicitation falls under the NAICS code 238220 and the PSC code J045, with Melinda Robinson as the primary contact for inquiries at melinda.l.robinson@navy.mil or by phone at 757-341-0690. Further details regarding deadlines and submission requirements will be provided in the solicitation documents.
    Maintenance and Repair Services of Regional Class III Training Support Equipment at Naval Station Oceana, Virginia Beach, VA, Naval Station Norfolk, Norfolk, VA, and Other Areas of Responsibility (AOR).
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for maintenance and repair services of Regional Class III Training Support Equipment at Naval Station Oceana and Naval Station Norfolk in Virginia. The contract encompasses a range of services, including emergent, urgent, and routine service orders, as well as preventative maintenance for HVAC and compressed air systems, with a focus on ensuring compliance with the Service Contract Act. This procurement is vital for maintaining operational readiness and reliability of critical training support equipment, reflecting the government's commitment to effective facility management. Interested contractors should note that the proposal due date has been extended to October 31, 2024, and may contact Christine Briggs at christine.t.briggs2.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil for further information.
    Boiler Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for a federal contract focused on Boiler Maintenance and Repair services at the Naval Submarine Base in Groton, Connecticut. The contractor will be responsible for comprehensive maintenance and repair tasks, including the repair and replacement of steam valves, welding, and boiler certification, while ensuring compliance with safety and environmental regulations. This contract is particularly significant as it supports the operational readiness of critical infrastructure, emphasizing the importance of maintaining efficient boiler systems within military facilities. Interested small businesses must submit their proposals by November 28, 2024, following a mandatory site visit on October 30, 2024, and can direct inquiries to Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557.
    N045--NO RISK - FY25 Tier 3 CON NRM 648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research through a Sources Sought Announcement for construction services aimed at correcting HVAC deficiencies at the Portland VA Healthcare System's Vancouver Campus. The project involves the installation of new HVAC units, replacement of existing systems, and necessary modifications to ensure compliance with operational standards, all while minimizing disruption to ongoing medical operations. This procurement is particularly important for maintaining the functionality of critical infrastructure in a sensitive healthcare environment. Interested firms, especially those classified under NAICS code 238220 (Plumbing, Heating, and Air Conditioning), are encouraged to submit their capabilities and past performance information by 4:00 p.m. PDT on September 22, 2024, with an estimated contract value between $5 million and $10 million and a performance period of 120 days following the notice to proceed. For further inquiries, contact Danyel Smith at danyel.smith@va.gov or (813) 816-7155 Ext 100302.
    Modify DOAS to Provide Dehumidification B4311 & B4313
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the modification of the Dedicated Outside Air System (DOAS) to enhance dehumidification capabilities at Marine Corps Air Station Cherry Point, North Carolina. This project specifically targets Buildings 4311 and 4313, aiming to improve HVAC performance and humidity control while minimizing disruption to ongoing operations. The estimated cost for this procurement ranges from $500,000 to $1,000,000, with a completion timeline of 210 calendar days post-award. Proposals must be submitted electronically by November 7, 2024, and interested contractors should direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    REPAIR OF 4 UNITS OF NSN 7R 1660 013177807
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting bids for the repair of four units of NSN 7R 1660 013177807. The procurement focuses on aircraft air conditioning, heating, and pressurizing equipment, which is critical for maintaining operational readiness and comfort in military aircraft. Interested contractors are encouraged to review the attached solicitation for detailed requirements and submit their proposals accordingly. For further inquiries, potential bidders can contact Gerard Weiss at 215-697-3473 or via email at gerard.t.weiss.civ@us.navy.mil.
    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.
    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.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Civil Engineer Center (AFCEC), is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) across various U.S. Air Force installations. The primary objective of this procurement is to enhance HVAC system performance and energy efficiency, ensuring optimal functionality and long-term energy consumption reduction at selected facilities throughout the Continental United States (CONUS), Alaska, and Hawaii. This initiative is critical for maintaining compliance with federal energy reduction policies and improving operational efficiency within military settings. Interested firms must submit a capability statement by November 18, 2024, and should be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Geraldine Gladden at geraldine.gladden@us.af.mil.
    BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for air conditioning and warm air heating equipment, specifically under PSC/FSC Codes 4120 and 4130. The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on vendors that can demonstrate positive past performance in delivering similar goods and services. These BPAs are crucial for ensuring reliable access to air conditioning and refrigeration components, which are essential for various military operations. Interested small businesses must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.