Amana DHP153J35BA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA), Federal Acquisition Service (FAS) Region 7, is soliciting quotations for 116 Amana DHP153J35BA Packaged Terminal Air Conditioner (PTAC) units or equivalent. This opportunity is designated as a Total Small Business Set-Aside. Quotes, including completed RFQ documents and MIL-STD-129R forms, are due by May 11, 2026, at 8:00 PM UTC.
Purpose & Scope
This combined synopsis/solicitation (RFQ) seeks to procure 116 new PTAC units. The units must be new, not refurbished, and match the existing Amana DHP153J35BA model in form, fit, and function. Key requirements include:
- Cooling Capacity: 14,700 BTU / 14,500 BTU
- Heating Capacity: 10,900 BTU / 8,900 BTU
- EER: 10.6
- Refrigerant: R-32
- Electrical: 208/230V, 20A, NEMA 6-20 plug type
- Dimensions: Must fit a standard 42" x 16" sleeve (42" L x 20.5" W x 16" H)
- Salient Characteristics: Internal thermostat controls, automatic restart, freeze protection, two fan motors, two fan speeds, no Wi-Fi or remote control, not Energy Star certified, and not ADA compliant.
- Warranty: 5 years for parts and compressor/sealed system, 1 year for labor. For "or equal" items, bidders must provide detailed specifications addressing each characteristic for compliance determination.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) under FAR Part 12.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: 4120 (Air Conditioning Equipment).
- Place of Performance: CA, 92136, United States.
- Delivery: Requested within 30 days (DARO).
- Acquisition Value: Above Micro-Purchase Threshold (MPT) to Simplified Acquisition Threshold (SAT).
Submission & Evaluation
- Response Due: May 11, 2026, 8:00 PM UTC.
- Submission: Offers must be complete, accurate, and fully compliant. Completed, signed RFQ documents and MIL Std 129R forms must be returned via email to nancy.seale@gsa.gov. Incomplete or late quotes will not be considered.
- Eligibility: Offerors must be registered in SAM.gov at the time of order placement and with the OMS vendor portal prior to award to receive electronic Purchase Orders.
- Evaluation: Based on factors outlined in FAR clause 52.212-2.
Special Requirements
Adherence to Military Standard 129R (Mil-Std-129R) for marking and shipping label requirements is mandatory. This includes specific details for unit, intermediate, and exterior container markings, Military Shipping Labels (MSLs), and barcoding (linear Code 39 and 2D PDF417).