SOURCES SOUGHT
N -- Trailer Mounted Air-Cooled Chillers - Summer 2025
- Notice Date
- 3/28/2025 8:15:48 AM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- PANMCC25P0000013824
- Response Due
- 4/3/2025 2:00:00 PM
- Archive Date
- 04/18/2025
- Point of Contact
- Kelly Kotlik
- E-Mail Address
-
kelly.p.kotlik2.civ@army.mil
(kelly.p.kotlik2.civ@army.mil)
- Description
- Trailer Mounted Air-Cooled Temporary Chillers Rental - Summer 2025 SOURCES SOUGHT This is a Sources Sought Notice ONLY. The U.S. Government has a requirement to supply & install two (2) trailer mounted air-cooled temporary chillers for the Directorate of Department of Public Works (DPW) at The United States Military Academy at West Point, NY in accordance with a small business set-aside basis, provided 2 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 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 is 333415 Air Conditioning & Warm Air Heating Equipment & Commercial & Industrial Refrigeration Equipment Manufacturing, manufacturing size standard is 1250 employees, and PSC N041 Installation of Equipment- Refrigeration, Air Conditioning, and Air Circulating Equipment A need is anticipated to supply & install two (2) temporary chillers for the Directorate of Public Works at various locations at The United States Military Academy at West Point, NY: Supply, install, and test operate one 400-ton trailer mounted air-cooled chiller with pumps at Bldg. 655, Eisenhower Hall from May 15 to October 14, 2025 (five months). Supply, install, and test operate one 400-ton trailer mounted air-cooled chiller with pumps at Bldg. 752, Mahan Hall from May 25 to June 24, 2025 (one month). Interested parties may identify their interest and capability to meet all aspects of the requirement. Responses should be addressed to Mr. Kelly Kotlik at kelly.p.kotlik2.civ@army.mil no later than 1700 hrs. EDT on Thursday, April 03 2025. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, UEI, CAGE code, a statement regarding small business status (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. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC-WP, Kelly Kotlik, at kelly.p.kotlik2.civ@army.mil, if you believe that this action is unreasonably restricting competition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d57951b0ce9342f7b70ac7f62ec73548/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN07390788-F 20250330/250328230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |