Opportunity

SAM #LRAFB_ServerChillerMaintenanceandRepair

5-Year Maintenance and Repair of Schneider Electric Server Chillers at Little Rock AFB

Buyer

Fa4460 19 Cons Pka

Posted

May 13, 2026

Respond By

May 20, 2026

Identifier

LRAFB_ServerChillerMaintenanceandRepair

NAICS

811210, 238220

The U.S. Air Force at Little Rock Air Force Base is seeking a contractor for a comprehensive 5-year maintenance and repair contract for server room chillers. - Government Buyer: - U.S. Air Force, Little Rock Air Force Base, 19th Contracting Squadron (19 CONS/PKA) - OEM Highlight: - Schneider Electric is the specified Original Equipment Manufacturer (OEM) for the chillers - Products/Services Requested: - Preventive and routine maintenance and repair services for 16 Schneider Electric In-Row RC chillers (model ACRC301S) - Located in building 988, rooms 146 and 153 at Little Rock AFB - Services include biannual inspections, consumable parts replacement (e.g., air filters), environmental and mechanical checks, system performance verification, and non-routine repairs - Non-routine repairs require certified field service engineers with next business day response - Unique/Notable Requirements: - Contractor must provide licensed HVAC technicians experienced with Computer Room Air Handler (CRAH) units - All management, personnel, equipment, supplies, tools, and supervision must be provided by the contractor - Maintenance must be performed according to OEM standards and contract requirements - Place of Performance: - Little Rock Air Force Base, Arkansas, specifically building 988, rooms 146 and 153

Description

THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR part 10, Market Research and FAR part 19, Small Business Programs. This is for planning purposes only.

Any information submitted by respondents to this Source Sought Notice is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this notice as a commitment by the Air Force for any purpose and should refrain from providing proprietary information in the response.

1. INTRODUCTION: This is the initial step in the planning process for SERVER CHILLER MAINTENANCE AND REPAIR at Little Rock AFB.

The 19 CONS/PKA at Little Rock Air Force Base seeks sources for the contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and nonpersonal services necessary to perform maintenance and repair of chillers as defined in this DRAFT Performance Work Statement (PWS) except for those items specified as Government Furnished Property and services.  The contractor shall meet the standards in this contract, this includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasks under the contract. 

19 CONS/PKA anticipates conducting a competitive acquisition for this effort. The effort is expected to result in a singular award. The NAICS code is anticipated to be 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34.0M.

2. INSTRUCTIONS: All businesses capable of meeting the requirements listed per the attached item list are invited to respond electronically. All responses shall include the following:

a. Capabilities statement: Shall include company name, address, DUNS number, CAGE code, point of contact with email address and telephone number.

b. Business size and any additional socio-economic categories (small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using NAICS 811210 with a size standard of $34.0M. The Air Force reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice.

c. A positive statement of intent to bid as a prime contractor.

d. Any current government contract vehicles that may be utilized to procure this requirement.

e. Statement of Capabilities are limited to 5 pages and should demonstrate capability to provide the requirement.

Responses must be received no later than 20 May 2026, and be addressed to the Contract Specialist, Amaya Jordan( Amaya.Jordan.1@us.af.mil), and Contracting Officer, Jonathan Reed ( jonathan.reed.33@us.af.mil).

LIST OF ATTACHMENTS:

DRAFT_PWS_ServerChillerMaintenance

View original listing