SOURCES SOUGHT SYNOPSIS
This is a Sources Sought Notice ONLY. The U.S. Government intends to lease portable HVAC units with appropriate power generation, on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis 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 two 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.
The contractor shall provide all labor, supervision, management, materials, equipment (such as cabling, duct work and power generation) for the rental, delivery, and maintenance of HVAC units. The HVAC units shall be self-supported units with hoses hooked to erected 40’x 80’ framed Navi-Trac brand tents and 19’x 36’ Sprung brand tent structures with diesel generators. The contract shall provide HVAC cooling for a total of forty-three (43) Structures across five
(5) compounds. The contractor shall provide a separate self-supported HVAC system to each of the twelve (12) Navi-Trac tents. The contractor shall provide a separate self-supported HVAC system to each of the thirty-one (31) Sprung structures. All diesel fuel during period of training will be provided by the Government at no cost to the contractor. The generators shall be topped off with diesel fuel at receipt and returned at any fuel level, including empty.
For further specifics on this requirement, please see attached DRAFT Statement of Work.
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 is: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing), with a size standard of $40 million. The PSC is W041 (Lease or Rental of Refrigeration, Air Conditioning Equipment).
Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It dose apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set-asides regardless of the dollar value of the award.
Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.
See FAR 52.219-14 - Limitations on Subcontracting for Small Business.
- 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.
- 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.
- 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 service 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 210-466-2269, if you believe 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 PWS to acquiring the identified items/services.
8. The deadline for response to this request is no later than 11:00 am, Eastern Time (Fort Knox Local), 18 February 2025. All responses under this Sources Sought Notice must be e-mailed to Brittney Harraway at brittney.k.harraway.civ@army.mil.
9. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Brittney Harraway, in either Microsoft Word or Portable Document Format (PDF), via email at brittney.k.harraway.civ@army.mil.