SOLICITATION NOTICE
J -- CRREL Cold Facilities Maintenance and Repair Services
- Notice Date
- 9/10/2025 11:24:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E525R0008
- Response Due
- 10/9/2025 10:00:00 AM
- Archive Date
- 10/24/2025
- Point of Contact
- Latosha Rodgers, Phone: 2173733450
- E-Mail Address
-
latosha.n.rodgers@usace.army.mil
(latosha.n.rodgers@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number W913E525R0008 is being issued as a Request for Proposal (RFP). This requirement is a total set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code is 811310� Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, which has a small business size standard of $12.5 million. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2. The United States Army Corps of Engineers (USACE), Engineering Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL), Hanover, New Hampshire for routine and recurring repair and maintenance of its cold facilities equipment which includes, but is not limited to, the following: humidity control systems, environmental chambers, controls systems (electric or pneumatic), industrial and commercial refrigeration systems, electrical, research cold rooms, piping, valves, filters, air compressors, vacuum systems, pumps, research equipment installed within or incorporated into cold facilities; or other systems that support operation of CRREL cold facilities an IDIQ contract is anticipated due to the unknown timing, quantities, and nature of the cold facilities maintenance and repair requirements. 1. Technical capability to provide the requested repair and maintenance, as outlined in Section C, Performance Work Statement (PWS): Past Experience: Offeror shall demonstrate that it has three (3) years of experience performing multidisciplinary cold facilities/refrigeration projects of similar scope as described in Section C, PWS, Paragraph C.2 by providing a list of at least five (5) projects completed in the past three (3) years which, at minimum, shall include for each a description of the project scope, magnitude in dollars, and customer reference. Certification/Licensure: Offeror shall demonstrate that it can provide personnel with a valid EPA 608 certification. Proof of certification shall suffice. Offeror shall demonstrate that it can provide a New Hampshire (or reciprocal state) licensed master electrician. Proof of certification shall suffice. Offeror shall demonstrate that it can provide a New Hampshire (or reciprocal state) licensed master plumber. Proof of certification shall suffice. Offeror shall demonstrate that it can provide a New Hampshire (or reciprocal state) licensed Professional Engineer. Proof of certification shall suffice. Service Area/Location of Offeror Offeror shall be based in the Hanover, NH service area, which is defined as within a 150-mile. 2. Total price to fulfill the Government�s requirement in its entirety. Please reference the attached RFP W913E525R0008 for instructions and applicable provisions and clauses. The following factors shall be used to evaluate offers; Technical capability to fulfill the Government�s requirements in its entirety, 1) Relevant Past Experience, 2) Certification / Licensure, 3) Service Area/Location of Offeror, and 4) Total price to fulfill the Government�s requirement in its entirety. Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable proposal, the price of which may not be the lowest. FOB Destination: CRREL Hanover, NH 03755 Payment Terms: Net 30 Please provide responses to this notice, no later than Thursday, 09 October 2025, 12:00 PM, Central Daylight Time (CDT) to: Latosha.N.Rodgers@usace.army.mil. Telephone responses will not be accepted. *Note: To be eligible for award of a government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3344b378f63456b97a4dbe76429b62f/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN07585257-F 20250912/250910230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |