Update 10/21/2025: Amendment 001 issued with edits to PWS and Questions answered.
See Amendment 001 and updated PWS in attachments section below. Note that the due date is not changed. Amendments must be acknowledged by completing page 1, signing and including in submission of quotes.
Due to a technical issue, the answers to some questions were cut off in the Amendment (PDF file) so they are also pasted here for clarity:
Q/A # Q & A Text
Q1 Do you have a complete filter list with quantities?
A1 A complete list is not available.
Q2 Do you have a map of VAVs?
A2 VAV locations will be available once the contract is awarded.
Q3 Do you have a map of fan powered VAVs that have filters?
A3 No. All fan power VAVs require a filter, per Schedule A information.
Q4 Can filters be disposed of on site in a dumpster or are they to be hauled away?
A4 Filters will need to be hauled away.
Q5 Do the VAVs in building 340 have hot water reheat?
A5 Yes.
Q6 What is the equipment labeled “Supply Head (SMAC)”?
A6 It references the mini split wall or ceil cassette unit. Note that two units were removed. 205 - 2nd Floor Mechanical Room and 205 - 3rd Floor Mechanical Room.
Q7 Paragraph 1.6.6.2.6 states that pneumatic piping is not included under the PWS. Schedule E, Section 2, Paragraph A states that if main control air pressure cannot be adjusted to check all pneumatic tubing and other devices. Pneumatic air leaks are not included under the PWS, correct?
A7 Correct. Leaks are not part of the contract unless at the thermostat in the flexible hose.
Q8 Variable frequency drives are not covered under the contract, correct? Therefore they are not maintained?
A8 Variable frequency drives are only covered in the contract if they are part of the manufacturer's unit equipment.
Q9 PWS – Paragraph 5.1.3.2 “Unscheduled Repairs require a one-hour response time upon notification from the COR. This service will be provided 24 hours per day, 365 days per year to minimize downtime”. Is the one-hour response time confirmation of the service request or on site within one-hour?
A9 One hour response time from point of contact to on site.
Q10 PWS - Schedule D: No water treatment at Building 340?
A10 The water needs to be treated at 340.
Q11 PWS - Schedule D: Is propylene glycol included under the PWS?
A11 No, it is not. The Corps will purchase or provide.
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.