Opportunity

SAM #FA301626Q0094

OEM Oil Shaft Seal Supply and Installation for York Chiller at JBSA Lackland

Buyer

502d Contracting Squadron

Posted

May 11, 2026

Respond By

June 01, 2026

Identifier

FA301626Q0094

NAICS

238220, 238290, 423740

The U.S. Air Force at Joint Base San Antonio (JBSA) Lackland is seeking a small business contractor to furnish and install an OEM-approved oil shaft seal for a York Model YKFTFT-CMGS chiller in Building 6582. - Government Buyer: - U.S. Air Force, 502d Civil Engineer Squadron (502 CES) and 502d Contracting Squadron (502 CONS/PKAB) - OEMs and Vendors: - York (OEM for the chiller and oil shaft seal) - Products/Services Requested: - Supply of one OEM-approved oil shaft seal compatible with York Model YKFTFT-CMGS chiller (serial #SKXM-071370, refrigerant R-134A) - Installation service including removal and disposal of the old seal, installation of the new seal, leak testing, system verification, and cleanup - All labor, materials, tools, equipment, and supervision by factory-trained/qualified HVAC technicians - Unique or Notable Requirements: - Oil shaft seal must be OEM-approved and compatible with the specified York chiller model and refrigerant - 5-year full warranty covering units, labor, and installation - Compliance with safety, HAZMAT, and environmental regulations - Coordination with base personnel and adherence to base access protocols (REAL ID/passport, vehicle registration, insurance) - Site visit recommended for bidders; contractors must verify site conditions - Small business set-aside under NAICS 238220 - Offer prices must remain firm for 60 days after submission

Description

This requirement is being solicited as a 100% Total Small Business set aside. The NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, size standard is $19M. PSC J041. Quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for the award. Refer to technical criteria listed in the attached RFQ. Refer to the attached RFQ and SOW for information regarding this requirement. Please provide quote to POCs listed in the RFQ.

Questions/Concerns: All questions/concerns must be submitted in writing by email no later than Thursday, 21 May 2026 at 12:00 pm CDT. Responses to questions will be posted by the Government on the SAM.gov website, as received. Questions submitted after this date/time will not be considered.

Site Visit: Site visit is highly recommended as Contractors are responsible for verifying site conditions. A site visit is scheduled for 19 May 2026, 10 AM CDT at JBSA Lackland  TX. The meeting place will be the JBSA Lackland Luke Gate 2602 Luke Blvd Lackland TX 78236. Departure to the site will be promptly at 10:00 am CDT. Recommend arriving 30 minutes earlier to sign in, wait in line and retrieve your pass at the visitor center. Interested parties are required to have a copy of a valid REAL ID Driver’s License, vehicle registration and insurance on hand in order to receive a base pass. If the drivers license has not been updated to the REAL ID, interested parties will need a passport along with a drivers license. If this type of documentation is not provided a base pass will not be issued and attendance will not be granted. 

View original listing