Remove and Replace Cooling Tower Fill for B498, JBSA Randolph
ID: FA301625Q0134Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, 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, through the Department of the Air Force, is soliciting quotes from qualified small business vendors for the removal and replacement of cooling tower fill at Building 498, Joint Base San Antonio – Randolph, Texas. The project involves the complete removal, replacement, and disposal of Polyvinyl Chloride (PVC) Fill and Drift Eliminators for four cooling tower cells, with a focus on ensuring compliance with federal and local regulations while maintaining critical cooling operations essential for military readiness. Interested vendors must submit their proposals by 10:00 a.m. CDT on May 28, 2025, following a mandatory site visit scheduled for May 13, 2025, and are encouraged to direct inquiries to Larissa Cunha at larissa.cunha@us.af.mil or Bismark Badu at bismark.badu.3@us.af.mil. The contract is set aside for small businesses under NAICS code 238220, with a performance period of 45 days post-authorization and adherence to wage determinations as outlined in the associated documents.

    Files
    Title
    Posted
    This Statement of Work outlines the responsibilities of the contractor for the removal and replacement of the Cooling Tower Fill at Joint Base San Antonio – Randolph, TX. The contractor must supply all materials and labor to replace the existing Polyvinyl Chloride (PVC) Fill and Drift Eliminators for four Cooling Tower Cells, ensuring compliance with federal and local codes. Key tasks include the isolation of cooling tower cells, disposal of old materials, installation of new components, cleaning of interior panels, and post-replacement inspection. Work is to be completed within 15 business days post-authorization, adhering to the operating hours of 6:30 AM to 5:30 PM on weekdays. Environmental compliance and safety regulations must be followed, with daily inspections by 502 CES personnel to verify progress. The contractor is responsible for protecting government property and ensuring all waste is disposed of properly. A one-year warranty on materials and workmanship is required, with a commitment to address issues within 48 hours. This project emphasizes the importance of maintaining critical cooling operations, thereby supporting the readiness of military personnel and operations on the base.
    The document outlines a Statement of Work (SOW) for the removal and replacement of Cooling Tower Fill at Joint Base San Antonio – Randolph, TX. The contract requires a contractor to manage all aspects of the project, including providing materials, labor, and equipment for the replacement of Cooling Tower Polyvinyl Chloride (PVC) Fill and Drift Eliminators for four cooling tower cells. The work must comply with federal and local regulations, and there is no provision for government-supplied materials or labor. Key tasks include isolating cooling tower cells, performing lockout/tagout procedures, safely disposing of existing fill materials, and conducting cleaning and inspections. The project must be completed within 45 business days following approval. Environmental compliance and safety adherence per OSHA standards are emphasized, along with a one-year warranty for workmanship. The purpose of the SOW is to ensure the efficient and safe refurbishment of critical cooling infrastructure that supports base operations. It requires coordination with the 502d Civil Engineering Squadron and emphasizes protective measures for government property, waste disposal, and site cleanup. The contractor must maintain clear communication with base personnel to ensure project success, reflecting the structured and procedural nature of government requests for proposals (RFPs).
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining minimum wage requirements for federal contracts in Texas. It specifies wage rates that contractors must pay workers based on the type of contract and date of award, with emphasis on Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage is set at $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 per hour unless a higher wage is agreed upon. The file includes specific wage rates for various occupations and outlines requirements for fringe benefits, such as health and welfare and paid sick leave for federal contractors. Additionally, it introduces a process for conforming job classifications not listed in the determination. Overall, this document serves to ensure compliance with wage standards in federally funded projects while promoting fair compensation for service workers.
    The document is a Q&A set regarding an RFP for the removal, replacement, and disposal of fill and drift eliminators in cooling towers at JBSA Randolph AFB. It addresses essential safety protocols referencing the EM 385-1 military safety manual and clarifies contractor responsibilities, including lockout/tagout (LOTO) procedures, provision of equipment, and safety personnel requirements. Key points include inquiries about the specifics of the replacement work, site access, and material lead times. A site visit is scheduled for May 13, 2025, with responses to the RFP now due on May 27, 2025. Clarifications have been made to ensure contractors understand their obligations and that government support will be available to facilitate project logistics once the contract is awarded. The goal is to ensure safety and compliance throughout the project while addressing logistical and operational concerns promptly.
    The EM 385-1-1 manual, issued by the U.S. Army Corps of Engineers on November 30, 2014, outlines essential safety and health requirements for all Corps activities and operations. It applies to various Corps entities and contractors, emphasizing compliance with stringent safety regulations. Key sections detail program management, training, accident prevention, and provisions for different types of contracting actions. This manual mandates the development of safety and occupational health plans, including specific provisions for hazardous work and emergency situations. Weekly safety inspections and activity hazard analyses (AHA) are required to ensure ongoing compliance. The document also distinguishes between differing requirements for construction contracts and hazardous waste operations. Variances to the manual's provisions must be approved by the Chief of Safety and Occupational Health while emphasizing the importance of communication and training in promoting safe practices. Overall, the manual serves as a comprehensive guide to maintaining safety across all U.S. Army Corps projects, reflecting the commitment to worker health and operational safety.
    The RFQ FA301625Q0134 solicits quotes for the removal, replacement, and disposal of Polyvinyl Chloride (PVC) Fill and Drift Eliminators for four cooling tower cells at Building 498, Randolph Air Force Base, Texas. This is a 100% small business set-aside opportunity with a NAICS code of 238220 and a size standard of $19 million. Bidders are required to submit their quotes via email by 10:00 a.m. CDT on May 26, 2025, and must also provide a technical plan outlining their approach. The contract will be awarded to the responsible quoter offering the lowest price that meets technical requirements. Additionally, contractors must be registered with the System for Award Management (SAM) and must comply with various Federal Acquisition Regulation (FAR) clauses. A mandatory site visit is scheduled for May 13, 2025, at 11:00 a.m. CDT. The project aims for completion between June 2 and July 2, 2025, ensuring adherence to environmental and safety standards, particularly regarding the prohibition of hazardous substances. The outlined requirements reinforce the government’s commitment to awarding contracts that prioritize small businesses while maintaining strict compliance with industry standards.
    This document serves as an amendment to a solicitation related to a contract modification involving the U.S. Air Force. The amendment outlines critical updates: it incorporates a Q&A section generated from a site visit, extends the performance period from 30 to 45 days, revises the Statement of Work (SOW), and pushes the solicitation due date from May 26 to May 28, 2025. All other contract terms and conditions remain unchanged. The document specifies the procedures for the acknowledgment of the amendment by the contractors, detailing acceptable methods for communication and submission. It also includes contact information for the Contracting Officer and the administrator, ensuring clear lines for further inquiries. Additionally, it updates vital delivery information, extending the period of performance for a specific line item. Supporting documents attached include the revised SOW, wage determination, and safety guidance, underscoring compliance and safety requirements essential for contractors. This amendment is indicative of routine contract management practices in government procurement, ensuring transparency and adaptability in response to questions and project timelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    41--REPLACEMENT DESCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 48 units of Replacement Descale, identified by NSN 4130013895188. This solicitation is part of a total small business set-aside and aims to provide essential air-conditioning and refrigeration equipment, which plays a critical role in maintaining operational efficiency for military logistics. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the DLA's designated contact at DibbsBSM@dla.mil. The solicitation is available online, and quotes must be received by the specified deadline of 36 days after the award date.
    JBSA Hazardous Material Survey
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to conduct a Hazardous Material Survey at Joint Base San Antonio (JBSA) in Texas. The procurement involves providing management, tools, supplies, equipment, and labor for both non-destructive and destructive testing of hazardous materials, including lead, asbestos, Polychlorinated-Biphenyls (PCB), mercury, and mold, across eleven geographically separated units. This initiative is crucial for ensuring compliance with environmental regulations and supporting building renovation and repair projects, with an estimated workload of inspecting 60 buildings for various hazardous materials. Interested small business offerors are encouraged to submit their responses by December 15, 2025, at 10:00 AM Central Time, and should direct inquiries to A1C Tristan Torres at tristan.torres@us.af.mil or Mr. Bismark Badu at bismark.badu.3@us.af.mil.
    44--TOWER ASSEMBLY,DESI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Tower Assembly, specifically NSN 4440012134499. The requirement includes a quantity of one unit to be delivered to DLA Distribution Puget Sound within 143 days after order placement. This equipment is crucial for air-conditioning and warm air heating applications, highlighting its importance in maintaining operational efficiency in military facilities. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    44--COOLER,FLUID,INDUST
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of industrial fluid coolers, specifically NSN 4420013747944, with a requirement for two units. The solicitation is a Request for Quotation (RFQ) and is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) provision, emphasizing the importance of these components in military logistics and operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 167 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Replace Chillers, B4335
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller unit at Building 4335, Marine Corps Air Station Cherry Point, North Carolina. The project involves removing an existing 160-ton TRANE RTAC 1404 chiller and installing a new like-in-kind air-cooled scroll chiller, ensuring integration with existing systems and adherence to strict safety protocols. This procurement is crucial for maintaining operational efficiency in the Training and Education building, with a contract completion timeline of 245 calendar days and an estimated cost range of $100,000 to $250,000. Interested Mechanical MACC contractors must submit proposals by December 16, 2025, and can contact Mason Sholar at mason.l.sholar.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    J041--12/19 10 AM SDVOSB | A5-26-008 Replace 17H Blast Chiller Condenser
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Baltimore, Maryland. The project involves the removal and replacement of the existing blast chiller condenser, including refrigerant recovery and connections to existing systems, with a completion timeline of 30 calendar days from the Notice to Proceed. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety and environmental regulations. Interested vendors must attend a mandatory site visit on December 15, 2025, and submit their proposals by December 19, 2025, at 10:00 AM EST, with all inquiries directed to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV.