Search Contract Opportunities

Temporary Boiler Rental   2

ID: PANMCC25P0000014402 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Temporary Boiler Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 238220, Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $19 million.

A continuing need is anticipated for Temporary Boiler Services. Attached are the draft Statement of Work (SOW).

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft SOW/PRS to acquiring the identified items/services.

Background
The U.S. Government is seeking to procure Temporary Boiler Services on a small business set-aside basis. The goal is to ensure that two or more qualified small businesses respond to this sources sought notice with sufficient information to support a set-aside. The contract aims to address a continuing need for Temporary Boiler Services at the U.S. Military Academy (USMA) in West Point, NY.

Work Details
The contractor will provide all labor, materials, equipment, and supervision necessary for the installation and operation of temporary steam boilers at specified locations within USMA West Point, NY. Key tasks include:
1. Supply, install, and test operate one 800hp/250psi max pressure transportable steam boiler with natural gas connections.
2. Provide on-call service and chemical treatment for the duration of boiler operation.
3. Ensure the temporary steam boiler is operational from May 25th to June 24th, 2025, and from March 16th to March 23rd, 2025 for another project.
4. Install all necessary electrical connections from the boiler equipment to building power (200-amp, 230/480 VAC).
5. Supply and install all steam piping, condensate piping, fittings, natural gas piping, valves, regulators needed for connections from the boiler to building systems.
6. Disconnect existing building piping for temporary boiler hook-up and reconnect after removal.
7. Provide on-call maintenance and repair service during operational periods with specified response times.
8. All work must comply with applicable federal, state, local laws and regulations as well as USMA requirements.

Place of Performance
The construction projects will be performed at the U.S. Military Academy (USMA) located in West Point, NY.

Overview

Response Deadline
Feb. 25, 2025, 10:00 a.m. EST Past Due
Posted
Feb. 21, 2025, 2:24 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
West Point, NY 10996 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
67%
Signs of Shaping
The solicitation is open for 3 days, below average for the MICC West Point.
On 2/21/25 MICC West Point issued Sources Sought PANMCC25P0000014402 for Temporary Boiler Rental due 2/25/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC W045.
Primary Contact
Name
Lakenia M. Brown   Profile
Phone
(520) 687-8138

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@mail.mil (210) 466-3015

Documents

Posted documents for Sources Sought PANMCC25P0000014402

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought PANMCC25P0000014402

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANMCC25P0000014402

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC25P0000014402

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC25P0000014402

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W911SD
Source Organization Code
500036761
Last Updated
March 12, 2025
Last Updated By
lakenia.m.brown.civ@mail.mil
Archive Date
March 12, 2025