SOURCES SOUGHT
44 -- Sources Sought Announcement - FY25/26 B-21 Construction Projects - Ellsworth AFB, SD - Boilers
- Notice Date
- 4/14/2025 6:19:01 AM
- Notice Type
- Sources Sought
- NAICS
- 332410
— Power Boiler and Heat Exchanger Manufacturing
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F25SM031
- Response Due
- 4/30/2025 10:00:00 AM
- Archive Date
- 05/15/2025
- Point of Contact
- Scott Dwyer, Phone: 4029952584, Brittany Gull
- E-Mail Address
-
Scott.Dwyer@usace.army.mil, brittany.c.gull@usace.army.mil
(Scott.Dwyer@usace.army.mil, brittany.c.gull@usace.army.mil)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION FOR ADVANCED THERMAL HYDRONICS (ATH) KN SERIES BOILERS � VARIOUS B-21 PROJECTS AT ELLSWORTH AFB, SD NOTICE ID: W9128F25SM031 INTRODUCTION The US Army Corps of Engineers, Omaha District, is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Boiler equipment. Boilers required for three (3) B-21 program construction contracts at Ellsworth Air Force Base, SD. The projects are listed below: PROJECT ADD Sim Phase 2 (MILCON) Renovate Dock 92 (O&M) Renovate Dock 93 (O&M) *Note: Project type, title, and phasing is subject to change but has no impact on basis of requirement referenced in this announcement. The result of this market research will contribute to determining the method of procurement. Based on the responses to this Sources Sought notice/market research, this requirement may include specifications regarding the Boiler equipment, or, if justified by market research a brand name Justification and Approval. USACE intends to issue one (1) design-bid-build construction contract, per project. The solicitation type will vary from small business restrictions to full and open completion depending on the type and project amount. For projects identified as �Active� in the table above, a determination will be made at a later point if the contract will be modified to include the Boiler requirement. This Sources Sought is specific to the Boiler equipment required for these projects. NOTE: The Air Force is currently developing a class J&A for Brand Name Boiler equipment. Ellsworth AFB�s 28th Civil Engineering Squadron (28CES) reaffirmed this intent with a memo dated 04 January 2021 requesting use of Advanced Thermal Hydronics (ATH) KN Series Boilers. This is a supplementary market research effort conducted by the Army to support these specific projects. Given the high percentage of ATH brand boilers currently on the Installation, technicians have significantly more experience and familiarization working with their equipment than other manufacturers. Additionally, ATH KN Series cast iron heat exchangers and piloted re-ignition system provide unique benefits given the region�s cold and windy environmental conditions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The projects referenced above are part of or are related to the integrated B-21 weapons system beddown at Ellsworth AFB. The projects above vary in scope, magnitude, and complexity, but each may require installation of boiler equipment. This proposed brand name acquisition is integral to avoiding estimated costs in training expenses and efficiency improvements in mission performance not otherwise available under full and open competition. It is also required to assure the highest order of integration of these components between facilities that are being placed as part of the Ellsworth AFB B-21 beddown. These systems will be installed as integral components of these larger facility construction projects. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. REQUIRED CAPABILITIES The Government requires boiler equipment for these projects. The intent of this Sources Sought is to assess the state-of-the art of the technology available in boiler equipment that could be applied to meet this requirement. As stated above, the Air Force is currently developing a class J&A identifying ATH brand KN Series Boiler equipment for Ellsworth AFB. The Army is interested in additional market research, to supplement the Air Force market research, and identify any potential alternate brands of boiler equipment that may be suitable for the Air Force�s needs. Each project above may require new boiler equipment. Estimated product cost per project for the proprietary products is $25,000-$400,000 per project; for a total combined product value of approximately $600,000. Non-Developmental Item. The boiler equipment should be a non-developmental item to the maximum extent possible. Qualification. The boiler equipment must be qualified and demonstrate compliance to the ATH brand KN Series Boilers, and all associated components, capable of supporting the above referenced facilities located at Ellsworth Air Force Base, SD. Proof of qualification should be addressed in the response. Related to Qualifications, please address the following in your response, at minimum: Type of ignition (such as piloted) and number of retries (critical for operation in windy environments like Ellsworth, SD) Efficiency rating Ability to �link� multiple boilers together Boiler size, specifically those designed to fit into standard door openings Information on replacement parts for the boiler Boiler training Boiler life expectancy Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 United States Code 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1JZ. The applicable NAICS code for boilers is 332410� Power Boiler and Heat Exchanger Manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 4410 - Facilities & Construction � Facility Related Materials, Industrial Boilers. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Scott Dwyer, in either Microsoft Word or Portable Document Format (PDF), via email Scott.Dwyer@usace.army.mil no later than 12:00 p.m. CST on 30 April 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/714cc72727f94905890417e79704b51a/view)
- Place of Performance
- Address: Ellsworth AFB, SD 57706, USA
- Zip Code: 57706
- Country: USA
- Zip Code: 57706
- Record
- SN07408308-F 20250416/250414230053 (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 |