SOURCES SOUGHT: HVAC Replacement

Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (“Notice”) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to provide a service to replace current HVAC (air conditioning/heating system) in operator’s cab on two dock cranes

Contractor shall provide a new split-type cooling and heating system to provide temperature and humidity-controlled air to the operator’s cab on two dock cranes. The new system’s will be positioning the new splitter external component in the location of the existing system for heating and air which was currently equipped with a heating capability of 17,075 BTU/hour with complete ducting in the cab; installation of a new air conditioning system (present capacity: 23,500 BTU/hour). The system controls will be  powered by the 120VAC / 208VAC; the system testing and acceptance to prove nominal operator comfort during summer (cab facing the sun) and winter operation (cab shielded from the sun), .on the cranes located at Norfolk Naval Shipyard (NNSY), Portsmouth, VA and Naval Station Norfolk, VA.

Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services. All interested parties are welcome to provide a response. The applicable North American Industry Classification System (NAICS) code assigned is (811310) size standard 8 mil.  The Government anticipates issuing a solicitation for a Purchase Order with Firm-Fixed Price provisions and a period of performance of January 03rd 2023  – March 28th  2023

The Government is interested in responses from all qualified and experienced sources capable of providing the service. Large and small companies that have experience with this service are encouraged to respond to this Notice by December 21st  at 5:00 PM EST.  The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.  The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:

1.  Organization name, address, email address, web site address, telephone number, CAGE code, Unique Entity ID number, point of contact (name, phone# and e-mail); your company’s business size type/status under the aforementioned NAICS code of 811310.  If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.

2.    Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact—name, title, email, and telephone number.

3.    Have you managed a task of this nature?

4.   Capability Statement. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to [email protected] with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED.

Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.

Contracting Office Address:

Norfolk Naval Shipyard (NNSY)

Contracts Division, Code 400

Building 65, 2nd Floor

Portsmouth, Virginia 23709-5000
United States

Place of Performance:

Norfolk Naval Shipyard (NNSY)
Portsmouth, Virginia 23709-5000
United States

Points of Contact:

Sebastian Edwards, [email protected] (757) 396-0964

  • Original Set Aside: 
  • Product Service Code: J041 – MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: Portsmouth , VA 23709 USA

Full details via beta.sam.gov

SOURCES SOUGHT: All-Terrain Vehicles (ATVs) Maintenance and Repairs

The Marine Corps Regional Contracting Office located in Twentynine Palms, CA (RCO-29 Palms) is seeking qualified sources for information and planning purposes only.  It is not to be construed as commitment by the government, implied or otherwise, to issue a solicitation or award a contract.  The purpose of this request for information is to gain knowledge of commercially available services that may be of interest to the RCO-29 Palms.  Responses are voluntary and the Government will not reimbursement respondents for any expenses associated with their participation to this request, nor any subsequent exchanges.

The potential requirement is to provide Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for one base year and four one-year option periods with a possible six month extension (FAR Clause 52.219-8). Anticipated award date: September 2022.

RCO-29 Palms is performing market research to determine available sources that can provide:

The Marine Air Ground Task Force Training Command (MAGTFTC)/ Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms is a vast training center located in the lower Mojave Desert, approximately 70 miles north of Palms Springs.  The installation is primarily utilized for desert war fighting training, and contains numerous ranges covering approximately 801,920 acres where military exercises are held at varying times throughout the year.  Many of the ranges are accessible by rough terrain, requiring the use of 4×4 vehicles.  MCAGCC employs All-Terrain Vehicles (ATVs) of various manufacturers to survey training, provide security and to maintain ranges.

There are several units aboard MCAGCC that utilize the ATVs.  They are Range Training and Maintenance Section (RTAMS), Tactical Training Exercise Control Group (TTECG), Provost Marshalls Office (PMO), Ground Electronics Maintenance Branch (GEMB), Public Affairs Office (PAO), Explosive Ordinance Disposal (EOD), Center Magazine Area (CMA), Exercise Logistics Control Center (ELCC), and other tenant organizations/commands.

Intrested Parties should reply with the information requested and any questions regarding this request by COB Tuesday, June 21, 2022 12:00 PM (PST).  Telephone responses will not be accepted.  All information should be provided electronically in a Microsoft Word or Adobe PDF format.

USMC RCO MAGTFTC/MCAGCC 29 PALMS

Attn: Tasha Arestizabal

[email protected]

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J023 – MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance: CA 92278 USA

Full details via beta.sam.gov