Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2025 SAM #8719
SOLICITATION NOTICE

Z -- HVAC Maintenance Clock Tower Complex - SOLICITATION

Notice Date
10/8/2025 11:11:57 AM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
 
ZIP Code
61299-5001
 
Solicitation Number
W912EK26QA001
 
Response Due
10/24/2025 12:00:00 PM
 
Archive Date
11/30/2025
 
Point of Contact
Jocelyn W. Rain, Nicholas Moore
 
E-Mail Address
jocelyn.w.rain@usace.army.mil, Nicholas.M.Moore@usace.army.mil
(jocelyn.w.rain@usace.army.mil, Nicholas.M.Moore@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update 10/8/2025: Note added about Limitations on Subcontracting. RFQ synopsis for Clock Tower Complex HVAC Services This notice announces a Request for Quotation (RFQ) for Heating, Ventilation, and Air Conditioning (HVAC) Maintenance and Repair Services at Rock Island Arsenal, IL. The U.S. Army Corps of Engineers requires ongoing, non-personal HVAC services for the Clock Tower Complex. The Government intends to award a Firm-Fixed Price contract through a competitive source selection process for commercial services. We anticipate issuing the RFQ in late September or early October 2025. DESCRIPTION: The contractor will provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services needed to perform HVAC Maintenance Services as defined in the Performance Work Statement (PWS), excluding items the Government furnishes. Work includes maintaining, diagnosing, and repairing HVAC equipment in buildings 205, 217, and 340. This work encompasses preventative maintenance, control system calibration, heating water and chilled water system treatment, and troubleshooting equipment. SCOPE*: The work includes preventative maintenance, control system calibration, heating water and chilled water system treatment, troubleshooting equipment, providing nameplate information for existing equipment to the Contracting Officer�s Representative to update Schedule A Equipment List, and minor repairs to heating and cooling system components. Regular preventative maintenance will minimize problems. Other maintenance includes replacing critical parts to ensure system operation. The contractor will maintain records of all preventative maintenance work, including the planned date, actual date, Magnehelic readings, and a 1-10 scale of air filter dirtiness for each piece of equipment. The contractor will perform boiler and chilled water treatment according to the requirements in Schedule D Boiler/Chiller Water Treatment and control system calibration according to Schedule E Control Calibration of the Performance Work Statement, which will be available in the RFQ posting. *See A22-0001-RFQ-W912EK26QA001Attachments/Links for full details. RFQ Package: Be sure to download all three files for this RFQ, which are int the Attachment/Links section of this notice: A22-0001-RFQ-W912EK26QA001 A22-0002-ClockTowerComplexHVACSvcsPWS A22-0003-WageDetermination-ClockTowerComplexHVACSvcs LIMITATIONS ON SUBCONTRACTING: As a 100% small business set-aside for services, FAR clause 52.219-14 Limitations on Subcontracting* applies to this RFQ and any contract that may be awarded as a result, as stated in paragraph (e)(1): ""(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. "" *This clause can be viewed in full in the attached RFQ and at this URL: https://www.acquisition.gov/far/52.219-14. SITE VISIT: All interested vendors are encouraged to attend the site visit meeting on 14 October 2025 at 9:00am Central Daylight Time to review general work site conditions prior to submitting quotations (�quotes�)quote. This site visit meeting will be held at the Clock Tower Building #205. Vendors who plan to attend MUST notify the Point of Contact by email at least one business day before the meeting. See MVR.03 for the correct email address and ensure that you receive a confirmation of receipt. Use the point of contact in MVR.03 and the contact information from the SF 1449 in box 7 on visitor pass applications. No questions or clarifications will be discussed or answered at the Site Visit. Any questions that an interested vendor may have regarding the RFQ, or as a result of the site visit, shall be submitted in writing via email to the Contract Specialist and Contracting Officer. See MVR.03 above for instructions. Access to Rock Island Arsenal To access Rock Island Arsenal as a visitor, a real ID* must be presented. The address, phone and URL for the Visitor Center is provided in this paragraph. For additional information about what to expect when coming to the Arsenal to obtain a pass. Navigate to https://home.army.mil/ria/about/visitor-information and view the Pass Request Information section on that page to learn about the process of getting a pass for delivery of product. * This went into effect on 01 October 2025. A REAL ID has a small gold star in the top right corner of your driver�s license or state ID. Visitor Welcome Center Phone: (309) 782-1337 Email: usarmy.RIA.imcom.mbx.usag-access-request@army.mil Location: Just outside the Moline Gate Address: 23 Prospect Drive, Moline, IL Hours of Operation: Daily: 7 a.m. - 3 p.m.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bea70be03fd5449fb938384b553d729b/view)
 
Place of Performance
Address: Rock Island, IL 61201, USA
Zip Code: 61201
Country: USA
 
Record
SN07614627-F 20251010/251008230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.